Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
AG 15-154
r RETURN TO: 5644na EXT: �7O CITY OF FDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ e 2. ORIGINATING STAFF PERSON: /h n n . V l I V VI EXT: X 2:72 3 3. DATE REQ.BY: 5/t"6/i 5 4. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT(AG#): I ❑ INTERLOCAL X.OTHER ( 'Oft -ar2A- aim 6 4 p Ci-G c ochb v p� ,�y� 5. PROJECT NAME: tst A■1 6 al 62-S-Fh c + -. �Fvi c5 On -+" ' yri)ve er 11` L S . t - 6. NAME OF CO ,�T: .�CTPR' i �1%jli "PM. ADDRESS: (L0 V i _1., A�...! _ _ ', ,_ , Al o0- TELEPHONE: 3-3 3 w.3 E-MAIL: FAX: SIGNATURE NAME ' la _,, : i • TITLE: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENC a EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LI ENNSSE j P OR CONTRACT/AMENDMENTS CFW LICENSE# l-'1Q(. '5 BL,EXP. 12/31/ /5 UBI# DI�/ 3/1" ,EXP. 10/311 15 8. TERM: COMMENCEMENT DATE: COMPLETION DATE: 14 J L 9. TOTAL COMPENSATION:$ I/2,04 /3`/9.13 (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,MAXIMI IM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY 300 ��v• Imo, 610 �D•4 5D 'URCHASING: PLEASE CHARGE TO: ! � • . � • 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED B PROJECT MANAGER On 3'a'\5 ® DIVISION MANAGER - 3/1 b/ 31t1 B DEPUTY DIRECTOR x ) 3 /Ey Si✓` DIRECTOR iI V,,r Q RISK MANAGEMENT (IF APPLICABLE) /��/���/����'S kg a LAW DEPT 4111/SY t 11. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING ".. 1131 y ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC'D: / ❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS IN L/DATE SIGNED 43 kLAW DEPT X73//5 ❑ CHIEF OF STAF i 43 SIGNATORY AYOR O DIRECTOR) 1i IM��A_ ' gig-( CITY CLER . ��� i�� Ass IGNEDAG# AG# SIG ED COPY RETURNED DATE SENT: ' '- ' '0 II . Rl RETURN 01■8 ORIGINAL COMMENTS: 11A)0 EXECUTE'0 ORIGINALS re - . • et- S Ver-Hsed r btci5 je. rCh 2015. `These are. 85')• cb mac+ dcx . 'Please review so -hat Comment3 Can 1�i� s not a. be \�1GOrcJbrU.�d �>1� kip. <��nal �cr.�. T -cedee0.Ay iNanded er .. See (ni( addi-FcrIctl noes O -H chd_ 11/9 l l d a - ri -ti n� LS GC- �eC < 5 • ,- w t� e 2 k 0 v, 4 G 4 W PO Am., s n Corporations: Registration Detail Page 1 of 1 MILES RESOURCES LLC UBI Number 602870349 Category LLC Active/Inactive Active State Of Incorporation WA WA Filing Date 10/06/2008 Expiration Date 10/31/2015 Inactive Date Duration Perpetual Registered Agent Information Agent Name BRADLEY P DEAKINS Address 400 VALLEY AVE NE City -..... .__... �_. PUYALLUP State WA ZIP 98372 Special Address Information Address City State Zip Governing Persons Title Name Address Manager KITTILSBY,TIM 400 VALLEY AVE NE PUYALLUP,WA 98372 Manager THOMAS,JEFFREY 400 VALLEY AVE NE PUYALLUP,WA 98372 Member KITTILSBY,LISA 400 VALLEY AVE NE PUYALLUP,WA 98372 Member MILES,WALT 400 VALLEY AVE NE PUYALLUP,WA 98372 http://www.sos.wa.gov/corps/search_detail.aspx?ubi=602870349 8/3/2015 II CSDC eNtraprise - City of Federal Way's Online Services Page 1 of 1 tFed eral Way 1 WASHINGT* !: ''�TION PARK Iti INSIDE CITY HALL SERVICES DOING BUSINESS OUR COMMUNITY Online Permitting PERMIT/BUSINESS DETAILS e-Permits HOME Reference File Application Expiration ID Name Description Sub Type Work Type Name Status Date Issue Date Date • Terms&Conditions 09 104415 000 CO Business Non-Resident Retail MILES RESOURCES Nov 13, BL Registration Business Services LLC Open Nov 10,2009 2009 Dec 31,2015 PUBLIC PROPERTY DETAILS INFORMATION Number Pre. Street - Street Dir Suite Suite City State Zip Legal Desc Type Type Number • Locate a Business 400 VALLEY AVE NE PUYALLUP WA 98372 a Permits Information PEOPLE DETAILS Desc. Org.Name Address City State Zip Phone# • Issued Permits Applicant 21020 SNAG ISLAND DR LAKE TAPPS WA 98391 (253)383-3585 Business Owner 21020 SNAG ISLAND DR LAKE TAPPS WA 98391 (253)3B3-3585 • Contractor Search Business Owner 2029 W MERCER WAY MERCER ISLAND WA 98040 (253)383-3585 Mailing Address MILES RESOURCES LLC DBA WOODWORTH N COMPANY 400 VALLEY AVE NE PUYALLUP WA 98372 (253)383-3585 REGISTERED USERS BUSINESS INFO Info.Desc. Value • Apply for Permit Business Ownership Type Limited Liability S.I.C.Code 1700-Contractors-Special Trade • View My Permits Number of Full-Time Employees in City 5 Business Phone Number 2533833585 • Request Inspection Number of Part-Time Employees in City 5 Date Business To Start in FW Nov 9,2009 • New Registration PERMIT/LICENSE FEE(S) • Update Registration Fee Desc. Fee Amount Balance LIC-BUSINESS LIC.(1530) $75.00 $0.00 • LoQin LIC-BUS.LICENSE RENEWAL(1532) $50.00 $0.00 LIC-BUS.LICENSE RENEWAL(1532) $50.00 $0.00 LIC-BUS.LICENSE RENEWAL(1532) $50.00 $0.00 LIC-BUS.LICENSE RENEWAL(1532) $50.00 $0.00 LIC-BUS.LICENSE RENEWAL(1532) $50.00 $0.00 LIC-BUS.LICENSE RENEWAL(1532) $50.00 $0.00 PROCESSES AND NOTES Process Description Status Schedule Date Start Date End Date Assigned Staff Attempts Application Received•BL Closed Nov 10,2009 Nov 10,2009 Nov 10,2009 Cathleen Rossick(253-835-2527) 0 Application Routing Closed Nov 10,2009 Nov 10,2009 Nov 10,2009 Cathleen Rossick(253-835-2527) 0 Planning Review Closed Nov 10,2009 Nov 10,2009 Nov 10,2009 Cathleen Rossick(253-835-2527) 0 Renewal Notice Closed Nov 2,2010 Nov 30,2010 Nov 30,2010 Cathleen Rossick(253-835-2527) 0 Pre-Issuance Processing-BL Closed Nov 10,2009 Nov 13,2009 Nov 13,2009 Cathleen Rossick(253-835-2527) 0 Renewal Processing Completed Closed Nov 30,2010 Nov 30,2010 Nov 30,2010 Cathleen Rossick(253-835-2527) 0 Powered by CSDC's AMANDA E2 fl © 0 Home f Print I Email ( Contact Us I Employee Resources ; Copynght No#ices 1 Accessibility I SItenlap Transla•e RN II". 3332. P1'A.JP Sos:;", Federal Way'NA dE■03 253-1,435 7000 Powered by C,±wIPlun http://epermits.cityoffederalway.com/AMANDA5/eNtraprise/Federal Way/public/public_£.. 7/20/2015 I r Original Contract # 1 a CITY OF 1 Federal Way ' BID AND CONTRACT DOCUMENTS AND ' SPECIFICATIONS ■ FOR 1st Ave S at S 328th St Intersection Improvements I RFB # 15-007 I 1 City of Federal Way Public Works Department 33325 Eighth Avenue South ' Federal Way, WA 98003 1 1 I A I I I 1st Ave S at S 328th St Intersection Improvements RFB 15-007 • Addendum No. 1 IJune 10, 2015 ATTENTION:AU Bidders and Planholders I You are hereby notified that in Addendum No. 1,the Bid and Contract Documents are amended as follows: IA. SPECIAL PROVISIONS 1. Section 9-26.6 — Light and Signal Standards, page 156 — DELETE this Section and IREPLACE with the following: 9-29.6 Light and Signal Standards I Section 9-29.6 is supplemented with the following: - (December 18,2009 City of Federal Way) Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3-39, except that Iluminaire mounting height shall be as shown on the Illumination Pole Schedule. (April 6,2015,WSDOT GSP) I Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans,pre-approved plans,or special design I plans. All welds shall comply with the latest AiSHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall Icomply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM A 325 connecting bolts tightening shall comply with ISection 6-03.3(33). Traffic signal standard types and applicable characteristics are as follows: IType PPB Pedestrian push button posts shall conform to Standard Plan J-20.10 or to one of the following pre-approved plans: IFabricator Drawing No. Northwest Signal NWS 3565 Supply Inc. Valmont Ind. Inc. DB00655 Rev. L Sheet's 1,2&3of3 1 I Ameron Pole WA1OTR-1 Rev. F and Prod. Div. WAPPBPBA Rev. B i of 8 City of Federal Way Addendum No. 1 1s1 Ave S at S 328" St Intersection Improvements June 10,2015 I I Union Metal Corp. TA-10035 Rev.R8 I Sht. 1 West Coast IEngineering Group WSDOT-PP-01 Rev. 1 KW Industries 10-200-PED-1 IRev.9, Sheets 1,2 and 3 Type PS Pedestrian signal standards shall conform to Standard Plan J-20.16 or to I one of the following pre-approved plans: Fabricator Drawing No. Northwest Signal NWS 3540 Rev. 4 and ISupply Inc. NWS 3540B Rev. 4 Valmont Ind. Inc. DB00655 Rev. L ISht. 1,2&3of3 Ameron Pole WAlOTR-1 Rev.F and Prod. Div. WA10TR-2 Rev.C IUnion Metal Corp. TA-10025 Rev. R18 Sht. 1 &2 IWest Coast Engineering Group WSDOT-PP-02 Rev. 1 I American Pole WS-PP-03 Rev. 1D Structures, Inc. I KW Industries 10-200-PED-1 Rev.9,Sheets 1,2 and 3 I Type I Type I vehicle signal standards shall conform to Standard Plan J-21.15 or to one of the following pre-approved plans: Fabricator Drawing No. I Northwest Signal NWS 3540 Rev. 4 and Supply Inc. NWS 3540B Rev. 4 I Valmont Ind. Inc. DB00655 Rev. L Sht. 1 2&3 of 3 Ameron Pole WA10TR-1 Rev.F and IProd. Div WAIOTR-2 Rev. C Union Metal Corp. TA-10025 Rev. R18 ISht. 1 &2 I 2of8 City of Federal Way Addendum No. 1 1ST Ave S at S 328'h St Intersection Improvements June 10,2015 I I I West Coast Engineering Group WSDOT-PP-02 Rev. 1 American Pole Structures,Inc. WS-PP-03 Rev. iD I KW Industries 10-200-PED-1 IRev.9, Sheets 1,2 and 3 Type FB Type FB flashing beacon standard shall conform to Standard Plan J-21.16 Ior the following pre-approved plan: Fabricator Drawinti No. Union Metal Corp 50200-B58 Rev. R7 ISht. 1 &2 Valmont Ind. Inc. DB00655 Rev. L ISht. 12& 3of3 Ameron Pole WAIOTR-1 Rev.F and I Prod.Div. WAIOTR-2 Rev.C Northwest Signal NWS 3540 Rev. 4 and Supply,Inc. NWS 3540B Rev. 4 IKW Industries 10-200-PED-1 Rev.9, Sheets 1,2 and 3 • IType RM Type RM ramp meter standard shall conform to Standard Plan J-22.15 or the following pre-approved plan: I . Fabricator Drawing No. Union Metal Corp 50200-B58 Rev. R7 Sht. 1 &2 IValmont Ind. Inc. DB00655 Rev. L Sht. 1 2&3 of 3 • I Ameron Pole WA1OTR-1 Rev.F and Prod. Div. WA1OTR-2 Rev.C I Northwest Signal Supply, Inc. NWS 3540 Rev. 4 and NWS 3540B Rev. 4 I KW Industries 10-200-PED-1 Rev. 9, Sheets 1,2 and 3 I ICity of Federal Way 3 of 8 Addendum No. 1 1sT Ave S at S 328"'St Intersection Improvements June 10,2015 1 I I I Type CCTV Type CCTV camera pole standards shall conform to one of the following pre-approved Plans: I Fabricator Drawing No. Valmont Industries,Inc. DB 00759 Rev.R Sheet 1,2 and 3 of 3 I Ameron Pole Product Div. W6CCTV1 Rev F& W6CCTV2 Rev A IWest Coast Engineering Group AP-WSDOT CP-0 1-Rev 3 American Pole Structures,LLC WS-CP-01 Rev. 1C Sht. 1 &2 I Union Metal Corporation Drawing No.P33-B318,R11.1, Sheets 1,2 of 2 Union Metal Corporation Drawing No. P33-B323,Rev. 3 ISheets 1,2 of 2 Northwest Signal Supply,Inc. Drawing No. NWS 3545 (For Type CCTV)Rev. 1 I KW Industries Drawing No. 10-200-CAM-1 Rev.9, Sheets 1 and 2 I Type II Characteristics: ILuminaire mounting height N.A. Luminaire arms N.A. Luminaire arm length N.A. ' Signal arms One Only Type II standards shall conform to one of the following pre-approved plans, I provided all other requirements noted herein have been satisfied. Maximum(x)(y)(z)signal arm loadings in cubic feet are noted after fabricator. ISignal Arm Length(max) Fabricator-(x)(y)(z) Drawing No. I65 ft. Valmont Ind. Inc.-(2894) DB00625-Rev.T, Shts. 1,2,3 &4 I 65 ft. Union Metal Corp. (2900) 71026-B86 Rev. RI 1, Shts. 1,2,&3 of 3 I 65 ft. Ameron Pole-(2900)Prod. Div. W3724-1 Rev. K& W3724-2 Rev.H ICity of Federal Way 4of8 Addendum No. 1 1ST Ave S at S 328th St Intersection Improvements June 10,2015 I I I 65 ft. Northwest Signal-(2802) Supply Inc. NWS 3500 Rev. 4 or NWS 3500B Rev. 4 I 45 ft. American Pole(1875) WS-T2-L Rev. 8 Structures,Inc. Sheet 1 &2 of 2 I 65 ft. American Pole(2913) WS-T2-H Rev. 8 Structures,Inc. Sheets 1 &2 of 2 I 65 ft. KW Industries 10-200-TSP-4 Rev.5, Sheets 1,2,and 3 65 ft West Coast WSDOT TS-01 Rev. 3 IEngineering Group Sheets 1,2,and 3 I 65 ft. Maico WSDOTMA Rev. 3 Industries(2894) Sheets 1,2 and 3 Type III Characteristics: ILuminaire mounting height 30 ft., 35 ft., I 40 ft., or 50 ft. Luminaire arms One Only Luminaire arm type Type 1 I Luminaire arm length(max.) 16 ft. Signal arms One Only I Type III standards shall conform to one of the following pre-approved plans,provided all other requirements noted herein have been satisfied. Maximum(x)(y)(z)signal arm loadings in cubic feet are noted after Ifabricator. Signal Arm Length(max) Fabricator-(x)(y)(z) Drawing No. I65 ft. Valmont Ind. Inc.-(2947) DB00625-Rev.T, Shts. 1,2, 3 &4 Iand"J" luminaire arm 65 ft. Union Metal Corp.(2900) 71026-B87 Rev. R13 Shts. 1,2&3 I65 ft. Ameron Pole-(2900) W3724-1 Rev. K& Prod. Div. W3724-2 Rev. H Iand"J" luminaire arm ICity of Federal Way 5of8 Addendum No. 1 1ST Ave S at S 328th St Intersection Improvements June 10,2015 I I I 65 ft. Northwest Signal-(2802) Supply Inc. NWS 3500 Rev. 4 or NWS 3500B Rev. 4 I 45 ft. American Pole(1875) WS-T3J-L, Rev. 11 Structures, Inc. Sheets 1 &2 of 2 I 65 ft. American Pole (2913) WS-T3J-H, Rev. 10 Structures, Inc. Sheets 1 &2 of 2 I 65 ft West Coast WSDOT TS-0l Rev. 3 Engineering Group Sheets 1, 2,and 3 65 ft. Maico WSDOTMA Rev. 3 I Industries(2947) Sheets 1, 2 and 3 and"J" luminaire arm I 65 ft. KW Industries 10-200-TSP-3 Rev. 5, Sheets 1, 2, and 3 Type IV Type IV strain pole standards shall be consistent with details in the plans 111 and Standard Plan J-27.15 or one of the following pre-approved plans: Fabricator Drawing No. I Northwest Signal NWS 3520 Rev. 2 or NWS 3520B Rev. 2, Supply Inc. W I Valmont Industries, Inc. DB006885, Rev.A Sheets 1 and 2 Ameron Pole M3650 Rev. G IProd. Div. Union Metal Corp. EA-10224 Rev. R13 ISheet 1 of 1 American Pole 9000-12-037 Rev.A Structures, Inc. I Maico Industries WA-SP-4 Rev.2, Sheets 1 and 2 of 2 I KW Industries 10-200-SP-1 Rev.4, Sheets 1 and 2 I KW Industries 10-200-SP-2 Rev. 5, Sheets 1 and 2 Type V Type V combination strain pole and lighting standards shall be consistent I with details in the plans and Standard Plan J-27.15 or one of the following pre-approved plans: ICity of Federal Way 6 of8 Addendum No. 1 1sT Ave S at S 328th St Intersection Improvements June 10, 2015 I I I Fabricator Drawing No. Northwest Signal NWS 3520 Rev. 2 or NWS 3520B Rev.2 Supply Inc. I Valmont Industries,Inc. DB006885, Rev.A Sheets 1 and 2 I Ameron Pole M3650 Rev. G Prod. Div. Union Metal Corp. EA-10225,Rev. R13 IShts. 1 &2 American Pole 9020-12-007 Rev.B IStructures, Inc. Maico Industries WA-SP-5 Rev. 2, Sheets 1,2&3 Iand"J" luminaire arm The luminaire arm shall be Type 1, 16 foot maximum and the luminaire mounting height shall be 40 feet or 50 feet as noted in the plans. I 'l'ype SD Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for I Highway Signs,Luminaires and Traffic Signals and pre-approved plans and as follows: I 1. A 90 mph wind loading shall be used. 2. The Design Life and Recurrence Interval shall be 50 years for luminaire support structures. I3. Fatigue design shall conform to AASHTO Section 11,Table 11- 1 using fatigue category III. IComplete calculations for structural design,including anchor bolt details, shall be prepared by a Professional Engineer,licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by I an individual holding valid registration in another state as a civil or structural Engineer. I All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature,date of signature, original seal, registration number,and date of expiration. The cover page I shall include the contract number,contract title,and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. I Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. I City of Federal Way 7of8 Addendum No. 1 1sT Ave S at S 328'St Intersection Improvements June 10,2015 1 111 1 ' Foundations for various types of standards shall be as follows: Type PPB As noted on Standard Plan J-20.10 Type PS As noted on Standard Plan J-21.10 Type I As noted on Standard Plan J-21.10 Type FB As noted on Standard Plan J-21.10 Type RM As noted on Standard Plan J-21.10 Type CCTV As noted on Standard Plan J-29.15 Type II As noted in the Plans. Type III As noted in the Plans. ' Type Type V IV As noted in the Plans and Standard Plan J-27.10 V As noted in the Plans and Standard Plan J-27.10 Type SD As noted in the Plans. B. PLANS ' 1. Sheet 45 of 53, SIGNAL POLE SPECIFICATIONS — DELETE this Sheet and REPLACE with the attached revised Sheet 45 2. Sheet 45A of 53, SIGNAL FOUNDATION DETAILS—ADD the attached Sheet 45A ' G. BID OPENING The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. ' CITY OF FEDERAL WAY U-111A-) ' Christine Mullen, P.E. Street Systems Project Engineer 1 ' City of Federal Way 8of8 Addendum No. I 1Sr Ave S at S 328th St Intersection Improvements June 10,2015 I K:\PROiEG1SVE rAL WAY\'3'39-let Ave S at S 329th 3\OESG4\Jm•:n-gs\:aatraat\131399GPOtEOi ar9 5/29/20,5 4:32 PM H r Sltoeltk-xAs1 ° v 0' Iy a g ' 14;3.12 ON S. 2 4 1T o 12 g g m g��9tT � G ��A m i 1� �3 � e I ' TAB J S 8�n� mg `—" -�, � �€ nN 2 j� 2 �m� 7 ICI ' - a s - . $ > 1� R E tat tm151 412 2 . PA e ". BOB g m _" BOO PA F Q y� O a €I i N m 1:11 - _� ,P " 4 ii. �zm p !xi Il0® g 2Fo g E80 a5Ig pp mz I 3 000 1 ��� i it O Rg > D II i 000 P _ !v.-4 .. 0 .i===!!'r===HE O R 3 a0 :S F a,S 5.g - _ n U � m Ot 0r a t 2 1 T ' m E >E m y :A/4��„t 000 a ml 1 D — I w i ii I° 9"-A O O O° I ” _ y o '£B$F IIN R 4 Yg iN bo l e, 1 ° .M n g'Q'6'gci R ^ 1 a s A K g AS aeaa I N ti N N w mivIg gP. F g� I - 4 6 A$ A 6 !/-' 1 E• 1 2 g - g o o i I 2 g r 1 g a! 1w t X Q a $ 14 SI 41 �/,�71-0g I J I R Sd 1Q "=( 4 w iO4 z gg ., I -2 i lqma g - - ' . . g u. s203) X 4 O4 x Cn W.TM I �u, T( 0Tt g _ Pg,a 4 , p yjq e�P z>, M a s g hi i Oo r riiE i. q 1 7. , rriii�o 11 m�b o I• j a v3 ( $utp) ' g ' I -"4. I k m € P L I 6 " .6:,- 9,,r1 !Jik � � a _� °'-"'� "—>— ^—j M. y ,v i p y I P 1Y-0• D o z e g° _ e 11 .� - t v 1. 9 Dts 4:32 vu t..PRD.cC1S\FEDERAL WAY\13139- -s3 Ave S at 3 328th 5l\DE9GN\Drawings\Contract\3I399G CLED dw9 8/2/2 -S a 6" z mm �� co 1 r' 1'' /��/ g" m s ° ° 3,;‹,a D n = ° m -.1 ° o mm _ D I CO � —<� 2" o cnn n 8 Pf Z Oc'2 Z z rn v ;s< �` Z y S > m m !r < 10 or- 0> gin O 1 N U �. 0 1, `y_3 YS _ R iCit 3 ! s;I X 0 A C Ea Co ' m Z kiiii° Re I ' Z XI U) C) (i) H = n < � H m O T 1 OAT —I O Cn O ^' r 03 ' m m � � Z En 1 O N C) `m Z y r 1 nT m O $ . Z D Z A lO y y � ' N Iw r I I 1st Ave S at S 328th St Intersection Improvements I RFB 15-007 Addendum No. 2 June 12, 2015 ' ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 2,the Bid and Contract Documents are amended as follows: IA. BID FORM(Attachment B) 1. Pages 24-27 of the BID FORM: There is not a requirement to write the bid unit prices in words as mistakenly listed on the bid form. DELETE these pages and REPLACE with the attached revised IPages 24-27. B. BID OPENING IThe bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. ICITY OF FEDERAL WAY Christine J.Mullen,P.E. Street Systems Project Engineer 1 I I I I I I I ICity of Federal Way Addendum No.2 1st Ave Sat S 328th St Intersection improvements June 12,2015 I . BID SCHEDULE U CITY OF FEDERAL WAY 1st Avenue S at S 328th Street Intersection Improvements I SCHEDULE A-ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM ITEM DESCRIPTION UNIT APPROX. UNIT PRICE AMOUNT NO. QUANTITY DOLLARS CENTS DOLLARS CENTS I1 Unexpected Site Changes EST 1 $10,000.00 $10,000.00 2 Construction Surveying I3 As-Built Survey and Record Drawings I4 SPCC Plan II 5 Mobilization I6 Off-Duty Uniformed Police Officer $500.00 $500.00 7 Traffic Control Supervisor 1 I8 Flaggers and Spotters 800 9 Other Traffic Control Labor 80 I10 Other Temporary Traffic Control 1 Construction Signs Class A 50 I11 Sequential Arrow Sign HR 640 IPortable Changeable Message Sign HR 2,400 Business Access Sign EA 2 IClearing and Grubbing LS 1 16 Roadside Cleanup 1 $5,000.00 $5,000.00 I17 Removal of Structures and Obstructions 1 18 Sawcutting 2,200 �, 19 Remove Existing Catch Basin 3 I20 Remove Existing Storm Sewer Pipe 110 21 Gravel Borrow Incl.Haul 80 22 Gravel Borrow for Trench Backfill Incl.Haul 90 23 Roadway Excavation Incl.Haul CY 2,360 I1st Avenue S at S 328th Street RFB#15-007 Intersection Improvements Addendum#2 Bid Submittal Page 24 May 2015 I ISCHEDULE A-ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM-ITEM DESCRIPTION 1 UNIT I APPROX. UNIT PRICE AMOUNT INO. QUANTITY DOLLARS CENTS DOLLARS CENTS 24 Unsuitable Foundation Excavation Incl.Haul CY 10 I25 Shoring or Extra Excavation Class B SF _ 700 26 Crushed Surfacing Base Course TON 850 I27 Gravel Backfill For Drains CY 210 I 28 HMA Cl. 1/2"PG 64-22 TON 340 29 HMA Cl. 1"PG 64-22 TON 1,000 I30 Commercial HMA TON 80 31 Temporary Pavement TON 50 32 Drain Pipe 6 Inch Diam. LF 380 33 Ductile Iron Storm Sewer Pipe 12 In.Diam. LF 8 t34 Class IV Reinf.Conc.Storm Sewer Pipe 12 In,Diam. LF 110 35 Catch Basin Type 1 EA 6 ((j I 36 Catch Basin Type 2 48 In.Diam. EA 2 37 Adjust Catch Basin EA 7 I 38 Connection to Existing Drainage Structure EA 8 U39 Storm Water Treatment System 4 x 4(Filterra Unit) EA 2 40 Erosion Control and Water Pollution Prevention LS 1 I41 Topsoil Type A CY 110 42 Bark Mulch CY 21 I 43 PSIPE,Helictotrichon sempervirens/Blue out grass; EA 40 1 Gal.Cont. 44 PSIPE,Mahonia repens/Creeping Mahonia; 1 Gal. EA 40 Cont. 45 PSIPE,Sesleria Autumnalis/Autumn Moor Grass; 1 EA 61 Gal.Cont. 46 PSIPE,Spirea X Vanhouttei/Bridal Wreath Spirea;2 EA 3 I Gal. Cont. 47 PSIPE,Cornus Stolonifera'Farrow'/Arctic Fire Red- EA 18 Twig Dogwood;15"-18"Ht. I 48 PSIPE,Syringa reticlulata/Japanese Lilac Tree;2" EA 2 Cal., 10'-12'Ht. 49 Sod Installation SY 762 I1st Avenue S at S 328th Street RFB#15-007 Intersection Improvements Addendum#2 Bid Submittal Page 25 May 2015 ISCHEDULE A-ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. I ... ITEM ITEM DESCRIPTION UNIT APPROX. UNIT PRICE AMOUNT NO. QUANTITY I DOLLARS CENTS LDOLLARS CENTS 50 Modifications to Existing Irrigation System LS 1 51 Extruded Curb,Type 6 LF 370 52 Cement Conc.Traffic Curb and Gutter LF 1,640 I53 Cement Conc.Driveway Entrance 3-Day SY 190 I54 Raised Pavement Markers,Type 2 HUN 3 55 Pervious Cement Concrete Sidewalk SY 1,200 I56 Cement Conc.Sidewalk SY 10 57 Cement Conc.Curb Ramp Type Perpendicular A EA 4 I58 Modified Single Direction Curb Ramp EA 2 59 Traffic Signal System at 1st Ave S&S 328th St, LS 1 Complete I 60 Illumination System,Complete LS 1 61 Interconnect System,Complete LS 1 I 62 Permanent Signing LS 1 I63 Paint Line LF 200 64 Plastic Stop Line Type A LF 120 65 Plastic Line Type D LF 4,600 66 Plastic Wide Line Type D LF 460 I67 Plastic Traffic Arrow Type A EA 8 68 Plastic Crosswalk Line Type A SF 720 I69 Removing Pavement Markings LS 1 I 70 Modular Block Wall SF 1,670 71 Resolution of Utility Conflicts EST 1 $10,000.00 $10,000.00 I 72 Potholing EST - 1 $5,000.00 , $5,000.00 Total Schedule A 1 (bid items include sales tax), I1st Avenue S at S 328th Street RFB#15-007 Intersection Improvements Addendum#2 Bid Submittal Page 26 May 2015 I I' BID SCHEDULE I CITY OF FEDERAL WAY 1st Avenue S at S 328th Street Intersection Improvements ' ITEM ITEM DESCRIPTION SCHEDULE B-PSE CONDUIT REMOVAL UNIT APPROX. UNIT PRICE I AMOUNT NO. QUANTITY DOLLARS CENTS I DOLLARS CENTS 1 Sawcutting LF 30 2 Remove Existing Conduit LF 580 I3 Roadway Excavation Incl.Haul CY 40 4 Gravel Borrow for Trench Backfill Incl.Haul TN 80 5 Temporary Pavement TN 25 Subtotal I II I Sales Tax(9.5%) Total Schedule B I I Total Schedules A& B: I Schedule A brought forward.,................... $ Schedule B brought forward $, Total Bid $ 1 i 1 1 I1st Avenue S at S 328th Street RFB#15-007 Intersection Improvements Addendum#2 Bid Submittal 27 May 2015 I I I BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 1 I 1st Ave S at S 328th St Intersection Improvements 1 RFB#15 4V7 I Bids Accepted Until 11:00 a.m., June 15, 2015 I Bids Opened 11:10 a.m., June 15, 2015 1 AT: City of Federal Way City Council Chambers 33325 Eighth Avenue South I Federal Way, WA 98003 1 Prepared By: KPG, Inc. I753 9th Avenue N Seattle, WA 98109 1 . 1 .y ' j _tom in ,,,f1' 4w \ r y , ,Ow*idf:41,A> ' '-`1`' (119‘ 90,,e 'd '-- ,06 y. , „, A ., . 1,1 ' `\ 1 City of Federal Way RFB#15-007 la Ave S at S 328th St Intersection Improvements Pg 2 May 2015 RFB wer. 1-15 Al TABLE OF CONTENTS PAGE PUBLIC NOTICE— REQUEST FOR BIDS 4 ' BIDDER'S CHECKLIST 6 SECTION 1: INSTRUCTIONS TO BIDDERS 8 SECTION 2: GENERAL CONTRACTUAL TERMS CONDITIONS 15 TE S AND C NO BID RESPONSE FORM (Attachment A) 21 BID FORM (Attachment B) 22 BID SCHEDULE (Attachment C) 24 BID SIGNATURE PAGE (Attachment D) 28 BID BOND FORM (Attachment E) 29 SUBCONTRACTOR LIST(Attachment F) 30 ' COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 31 CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) 33 ' PUBLIC WORKS CONTRACT (Attachment I) 34 (with Exhibits A-H and Appendixes as attached) ' Exhibit A Notice of Completion Exhibit B Contract Change Order Agreement Exhibit C Contractor's Retainage Agreement ' Exhibit D Retainage Bond to the City of Federal Way Exhibit E Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment ' Exhibit F Certificate(s) of Insurance Exhibit G Performance/Payment Bond Exhibit H Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES ' SPECIAL PROVISIONS BLUE PAGES WSDOT STANDARD PLANS(APX. A) WHITE PAGES ' CITY OF FEDERAL WAY STANDARD DETAILS (APX. B) WHITE PAGES PREVAILING WAGES AND BENEFIT CODE KEY(APX. C) PINK PAGES CONSTRUCTION STORMWATER GENERAL PERMIT(APX. D) WHITE PAGES ' GEOTECHNICAL BORING LOG (APX. E) YELLOW PAGES City of Federal Way RFB#15-007 ' 1'Ave S at S 328th St Intersection Improvements Pg 3 May 2015 RFB ver. 1-15 CITY OF FEDERAL WAY ' REQUEST FOR BIDS 1ST AVE S AT S 328TH ST INJERAECTION IMPROVEMENTS RFB # 15-007 ' SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through June 15, 2015, until 11:00 a.m., at the City Hall Purchasing Office or by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after 11:00 a.m. on said date will not be considered. ' BID OPENING: All bids will be opened and read publicly aloud at 11:10 a.m. on Monday, June 15, 2015, at the City ' Council Chambers, 33325 8th Avenue South, Federal Way, Washington, for this RFB. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal 1 Way. DESCRIPTION OF WORK: This project shall consist of: The addition of north-bound and south-bound left-turn lanes on 1st Ave S, revised channelization at the intersection that includes a new fourth leg serving the west side development, and a new signal at the intersection. Work will include the following: utility relocation; storm drainage; paving; curb, gutter, and sidewalk; retaining walls; street lighting; traffic signal; signing; and channelization. The Contractor shall complete all work within 100 working days. The bidder is urged to check the plans and contract provisions carefully. ' All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents now on file in the Purchasing Office of the City of Federal Way. Bid documents may be ' obtained from the Purchasing Department at (253) 835-2526. Any questions concerning the description of the work contained in the contract documents must be directed to Christine Mullen, P.E., Street Systems Project Engineer, by facsimile at (253) 835-2709, or by letter addressed to ' Christine Mullen, P.E., Street Systems Project Engineer prior to bid opening date. PURCHASE OF BID DOCUMENTS: Bidders may purchase copies of the Bidding Documents (half-size plans) in person, or by mailing a Twenty-Five and no/100 Dollars ($25.00) (non-refundable) check or cashier's check payable to the City of Federal Way, 33325 8th Avenue South, Federal Way, WA 98003-6325, phone (253) 835- 1 2526. If purchasing by mail, please indicate your request for Bidding Documents for RFB #15-007, 1st Ave S at S 328th St Intersection Improvements. Informational copies of maps, plans, and specifications are available for review at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington. i Bidd ing Documents are also available for review at the following Plan Centers: 1 • Daily Journal of Commerce, Attn: Plancenter.com, 83 Columbia St, Suite 200, City of Federal Way RFB#15-007 ' 15`Ave S at S 328th St Intersection Improvements Pg 4 May 2015 RFB ver. 1-15 Seattle, WA 98104 ' • Daily Journal of Commerce Project Center, 921 SW Washington St, Suite 210, Portland, OR 97205 • McGraw Hill Construction Plan Center, 3315 Central Ave., Hot Springs, AR 71913 ' • Cora Inc. — Plan Center, 10002 Aurora Avenue North, #36, PMB 334, Seattle, WA 98133 • Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092 • Builders Exchange of Washington, 2607 Wetmore Avenue, Everett, WA 98201 ' • Contractor Plan Center, 5468 SE International Way, Milwaukie, OR 97222 • iSqFt Planroom, go Cascade A&E, 235 9th Ave North, Seattle, WA 98109 • The Blue Book/ Bid News Specialist 800 E Main St(Old Rte 6&Indian Hill)Jefferson ' Valley, NY 10535 The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d ' to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women-owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. ' The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. ' 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 associated documents are executed in full. ' Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under this project within 100 working days. ' RESERVATION OF RIGHTS: 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. No bidder may withdraw his or her bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. ' Dated the day of , 2015. Dates of Publication: ' Daily Journal of Commerce: May 23, 2015 May 30, 2015 ' Federal Way Mirror: May 22, 2015 May 29, 2015 1 City of Federal Way RFB# 15-007 ' 151 Ave S at S 328th St Intersection Improvements Pg 5 May 2015 RFB ver. 1-15 BIDDER'S CHECKLIST ' The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. ❑ Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Schedule(Attachment C) The unit prices shall be set forth in the space provided. ' ❑ Bid Signature.Pane(Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. ❑ Bid Bond Form,(Attachment E) This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five ' percent(5%) of the total bid amount and shall be shown in both words and figures. ❑ Subcontractor List(Attachment F) ' The Subcontractor List shall be filled in by the bidder. (This section may/may not apply) ' ❑ Combined Affidavit and Certification Form (Attachment G) This form must be subscribed to and sworn before a Notary Public and notarized. ' ❑ Contractor's Compliance Statement(Attachment H) ' The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. ❑ Contractor's Certificate of Registration ' The bidder shall provide a copy of Contractor's current registration with the State of Washington. ' ❑ Contractor's State Identification Numbers ' The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way RFB#15-007 15`Ave S at S 328th St Intersection Improvements Pg 6 May 2015 RFB ver. 1-15 SUCCESSFUL BIDDER'S CHECKLIST ' The following documents are to be executed and delivered to the City within ten (10) calendar days 9 tY � ) after the Bid is awarded: ' ❑ Public Works Contract(Attachment I) ' The successful bidder will fully execute and deliver to the City the 1st Ave S at S 328th Street Intersection Improvements Public Works Contract ("Contract")from these Bid Documents. ❑ Contractor's Retainaae Agreement or Retainaae Bond (Exhibit C or D) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Agreement or Retainage Bond. ❑ N• i = • • •_• inn or h-r m,l, -n • , , 1' . ._''1_ J • ,i . ri i .. ;inin Emoloyment(Exhibit E) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous ' places available to employees or applicant for employment. ❑ Certificate of Insurance (Exhibit F) ' The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ' ❑ Performance/Payment Bond (Exhibit G) ' The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. ' ❑ Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. 1 City of Federal Way RFB#15-007 1st Ave S at S 328th St Intersection Improvements Pg 7 May 2015 RFB ver. 1-15 SECTION 1: INSTRUCTIONS TO BIDDERS ' 1-1 Time and Place for Submission and Opening of Bids ' Sealed bids must be submitted by 11:00 a.m. local time on June 15, 2015, to the Purchasing Office of the City of Federal Way (the"City"), located on the second floor of City Hall, or received by US Mail at City of Federal Way, Purchasing Office, 33325 Eighth Avenue S, Federal Way, Washington, 98003-6325, and will be publicly opened and read aloud in City Council Chambers on June 15, 2015, at 11:10 a.m. local time. The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids will be returned unopened. If, after reviewing this document the bidder chooses not to submit a bid, the bidder may ' complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. ' 1-2 Bid Form Bids shall be made on the "Bid Form", Attachment "B" issued by the City as part of these ' contract documents, without reservation or amendment. Bids must be typewritten or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, ' place the bid name, bid number and the time bids are due. 1-3 Bid Signature ' All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, ' signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of ' the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than ' himself/herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. ' 1-4 Bid Withdrawal Due to Error Bids may not be withdrawn due to a claim of error in a bid unless written notice of such ' claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City within forty-eight (48) hours prior to the opening of bids. City of Federal Way RFB#15-007 I 1St Ave S at S 328th St Intersection Improvements Pg 8 May 2015 RFB ver. 1-15 1-5 Modification of Bid ' A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in ' writing, executed, and submitted in the same form and manner as the original bid. 1-6 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 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. 1-7 Interpretation of Bid and Contract Documents ' No oral interpretations will be made to any bidder as to the meaning of the bid or contract documents and no oral communications will be binding upon the City. Requests for an interpretation shall be made by facsimile, or by mail, and delivered to the Purchasing Coordinator of the City at the address indicated in Section 1-1, at least ten (10) days before the date announced for opening the 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. ' 1-8 Addenda Each bid shall include acknowledgment of receipt and review of all addenda issued during the bidding period on the Bid Form. 1-9 Bid Price The bid price shall include everything necessary for the completion of the contract including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the contract documents. All Washington State sales tax and all other government ' taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and/or the total price, the unit price will govern and the extended amount and/or total price will be ' corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. City of Federal Way RFB#15-007 ' 1s`Ave S at S 328th St Intersection Improvements Pg 9 May 2015 RFB ver. 1-15 1-10 Postponement of Bid Opening ' The City reserves the right to postpone the date and time for the opening of bids by announcing such postponement at any time prior to the date and time announced in these documents. 1-11 Rejection of Bids A. The City reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail ' and specificity; any bid which omits a price on any one or more items on the Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the ' sole judgment of the City) lack the qualifications and/or responsibility necessary to perform the work after considering the elements in Section 1-14.B; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the City and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the State of Washington. B. 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. 1-12 Alterations to Documents Prohibited Any addition, limitation or provision attached to the bid may render it informal or nonresponsive and cause its rejection. Alteration by erasure or interlineations must be ' explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or telephonic bids or modifications will be considered. ' 1-13 Disqualification of Bidder 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. All bidders are required to submit the Affidavit of Non-Collusion (Attachment G) with their bids. ' 1-14 Evaluation of Bids It is the intent of City to award a contract to the lowest responsive bid by a responsible bidder as evaluated by the City. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. A. Responsiveness — The bidder must complete all required forms and bid documents and provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. B. Responsibility—The City will consider all the material submitted by the bidder, and other ' evidence it may obtain including information from previous project owners, to determine City of Federal Way RFB#15-007 ' 1'Ave S at S 328th St Intersection Improvements Pg 10 May 2015 RFB ver. 1-15 whether the bidder is responsible. The bidder must meet the following bidder ' responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 1. Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid ' submittal; b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable: ' i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ' ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration ' number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). ' 2. Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the ' retainage, payment, or performance bonds for public works projects during the previous three years, 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 acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects ' of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed"and of a"similar size and scope." ' c. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. ' 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B)(2) above, the apparent low bidder must submit the following documentation to the City within 48 hours of the bid opening. The City reserves the ' right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within ' the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the ' projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this ' project and include information about each project, including the following: the owner and contact information for the owner; the awarded contract amount; the final contract amount; a description of the scope of the project ' and how the project is similar to this project; the bidder's assessment of its performance of each project. The information should include any information City of Federal Way RFB#15-007 1st Ave S at S 328th St Intersection Improvements Pg 11 May 2015 RFB ver. 1-15 regarding performance in the following areas; quality control; safety record; ' timeliness of performance; use of skilled personnel; management of subcontractors; availability of and use of appropriate equipment; compliance with contract documents; management of submittals process, change orders, ' and close-out. c. The bidder shall furnish acceptable evidence of the bidder's current ability to perform, such as firm commitments by subcontractors, equipment, supplies ' and facilities, and the bidder's ability to obtain the necessary personnel. 4. If the City determines the bidder does not meet the bidder responsibility criteria in ' paragraph (B)(2) above and is therefore not a responsible bidder, the City 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 24 hours ' of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1-20(B). The City will consider the additional information before issuing its final determination. If the final ' determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. ' C. Lowest Bid—The lowest bid shall be determined as set forth on the Bid Form. ' The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, ' certificate of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. ' 1-15 Procedures When Only One Bid is Received In the event only a single responsive bid is received, the City reserves the right to conduct a ' price and/or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. ' 1-16 Bid Documents Bidders are required to submit with the bid package the following: A. Attachment A— No Bid Response Form, if applicable. ' B. Attachment B— Bid Form. ' C. Attachment C— Bid Schedule. D. Attachment D— Bid Signature Page. ' E. Attachment E— Bid Bond Form. F. Attachment F—Subcontractor List. (May Not Apply) City of Federal Way RFB#15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 12 May 2015 RFB ver. 1-15 G. Attachment G— Combined Affidavit and Certification Form. ' H. Attachment H—Contractor's Compliance Statement. ' 1-17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: ' A. Conflict of Interest—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. ' B. Contingent Fees and Gratuities ' 1. 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 2. 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. 1 1-18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an ' amount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid Form", or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated ' damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and/or performance bond required herein), in the event the contract is awarded to them, within ten ' (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E, "Bid Bond."If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall indude instruction and provisions prescribed in Attachment E, "Bid ' Bond."Any questions as to the qualification of the banking institution or instruction shall be submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. City of Federal Way RFB#15-007 ' 1"Ave S at S 3281 St Intersection Improvements Pg 13 May 2015 RFB ver. 1-15 The City further reserves the right to hold all bids (and the accompanying bid security) from the date of the bid opening until the contract and any performance/payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. ' 1-19 Performance/Payment Bond The bidder to whom the City has awarded this Contract will remove the Performance/Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100%) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington ' pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the Sate of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance/Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8"Indemnification"of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, ' the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this ' paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. ' 1-20 Bid Dispute A. Any actual or prospective bidder, including sub-contractors and suppliers showing a ' substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the l contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be I submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which the • protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written ' protest shall be addressed to: City of Federal Way 33325 8"' Avenue South ' Federal Way, Washington 98003 City of Federal Way RFB#15-007 1st Ave S at S 328th St Intersection Improvements Pg 14 May 2015 RFB ver. 1-15 Attention: Bid Protest 1st Ave S at S 328th St Intersection Improvements RFB # 15-007 C. Upon receipt of a written protest, the City will promptly consider the protest. The City may ' give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the ' aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be ' mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar ' days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. ' D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. SECTION 2: GENERAL CONTRACTUAL TERMS AND CON 'ITIONS 2-1 Administration This contract will be between the City and the Contractor who will be responsible for ' delivering all equipment and performing all work and services described herein. The City is not party to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. ' The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. ' The Contractor's performance under this contract will be monitored and reviewed by Christine Mullen, P.E., Street Systems Project Engineer. Questions by the Contractor ' regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to Christine Mullen, P.E., Street Systems Project Engineer, for response. ' 2-2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. ' 2-3 Contract Documents and Precedence ' The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: This Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, ' Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached City of Federal Way RFB#15-007 ' 15`Ave S at S 328th St Intersection Improvements Pg 15 May 2015 RFB ver. 1-15 as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's ' Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form ' attached hereto as Exhibit F, Performance/Payment Bond attached hereto as Exhibit G, Tide VI Assurances attached hereto as Exhibit H, 2014 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, Amendments to the Standard Specifications, 1st Ave S at ' S 328 ' Street Special Provisions, WSDOT Standard Plans attached as Appendix A, Federal Way Standard Drawings attached as Appendix B, current Prevailing Wage Rates attached as Appendix C, Construction Stormwater General Permit attached as Appendix D, Geotechnical ' Boring Logs attached as Appendix E, and all other Appendices attached hereto and incorporated by this reference, (collectively the"Contract Documents"). ' The contract documents are intended to be complementary so that what is required by any one of them shall be as binding as if called for by all of them. In the event of any conflicting provisions or requirements within the several parts of the contract documents, the City will t issue an interpretation regarding the controlling provision, which interpretation shall be binding. 2-4 Charges to Contractor Charges which are the obligation of the Contractor under the terms of the contract shall be ' paid by the Contractor to the City on demand and may be deducted by the City from any money due or to become due to the Contractor under the contract and may be recovered by the City from the Contractor or its surety. 2-5 Change Orders ' The City may, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the ' City. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment will be made and the contract modified in writing accordingly. However, no ' claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order form from the City or after giving the City the written notice required above, as the case may be, submit to the City a written ' statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the ' claims as the City may require to determine if the claims and costs have merit. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. City of Federal Way RFB#15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 16 May 2015 RFB ver. 1-15 1 2-6 Work and Materials Omitted ' The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the contract and the value of the omitted work and materials will be ' deducted from the contract price and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree ' on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 2-7 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State ' sales taxes and all other governmental taxes, assessments and charges. 2-8 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2-9 Warranty ' All materials and equipment sold and labor performed under this contract are warranted by the Contractor to be free from defects in materials or workmanship for a period of at least one (1) year from date of delivery and installation; provided, however, that this warranty ' may extend beyond this time period pursuant to any attached warranties. If the merchandise sold or work performed hereunder is defective on account of workmanship or materials, the Contractor agrees to replace the merchandise or, at the City's sole option, ' repair the defective merchandise. All defects in work or materials shall be promptly corrected. 1 2-10 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 111 2-11 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable ' under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any ' interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2-12 Applicable Law and Forum ' Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform City of Federal Way RFB#15-007 ' 1s1 Ave S at S 328th St Intersection Improvements Pg 17 May 2015 RFB ver. 1-15 1 Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County ' Superior Court, which shall have sole and exclusive jurisdiction and venue. 2-13 Hazardous Chemical Communication ' In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing ' any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the ' MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the ' MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 1 2-14 Delivery and Liquidated Damages ' Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is ' delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the ' parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment I, Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from ' any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. ' 2-15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall ' be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. ' 2-16 Patents, Copyrights and Rights in Data ' 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. 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 City of Federal Way RFB#15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 18 May 2015 RFB ver. 1-15 complete (referred to in this subsection as "Subject Data"), 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. 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. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. ' 2-17 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and ' hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the ' Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. ' Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall ' promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. ' 2-18 Disputes, Claims and Appeals ' If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the during the contract, the Contractor shall pursue resolution through the Engineer, the Contractor shall follow the procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are incorporated by this reference. By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor completely waives any claims for protested Work. Any claims or causes of action shall be brought only in the Superior Court for King County, Washington. 2-19 Recycled Products City of Federal Way RFB#15-007 ' P`Ave S at S 328th St Intersection Improvements Pg 19 May 2015 RFB ver. 1-15 i 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. In the event this RFB covers the sale of product to the City that is capable of containing recycled materials, Contractor is hereby advised that the City intends to procure products with recycled content, pursuant to the recyded content notice delivered with these bid documents. Contractor shall certify the percentage of recycled content and products sold to the City, including a percentage of post-consumer waste that is in the product. This certification is required to be in the form of a label on the product or a statement by the ' Contractor attached to the bid documents. The certification on multi-component or multi- material products shall verify the percentage and type of post-consumer waste and recycled content by volume contained in the major constituents of the product. The Contractor ' agrees to grant the City, as a procuring agency, permission to verify the certification of recycled content by review of the bidder's or manufacturer's records as a condition of any bid award, in the event of a bidder's protest, or other challenge to the bid accepted. I i I II City of Federal Way RFB#15-007 I'Ave S at S 328th St Intersection Improvements Pg 20 May 2015 RFB ver. 1-15 AttachmentA ' NO BID RESPONSE FORM When submitting a "No Bid", mail this completed form to Federal Way Purchasing. 33325 8th Avenue South. Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope with the bid number and bid title indicated on the outside of the envelope. The form must be received by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this form if no _omit" • . f.rm.I .i• m• r I in • r firm Ono r-m•va• from the '‘ ' • Z -r bidder's mailing list. Bid Number: RFB No. 15-007 ' Bid Title: o Cannot comply with specifications. ' ❑ Cannot meet delivery requirement. ❑ Do not regularly manufacture or sell the type of commodity involved. ❑ Other (please specify). Explanation of reason(s) checked: ' Check one of the following: ❑ WE DO ' o WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. ' Firm Name: Address: Phone: ' Signature Date Name (Type or Print) Title t City of Federal Way RFB#15-007 1st Ave S at S 328th St Intersection Improvements Pg 21 May 2015 RFB ver. 1-15 1 ' IAttachment B BID FORM 1 CITY OF FEDERAL WAY I1st Ave S at S 328th St Intersection Improvements BID FORM IBidder: Miles Resources, LLC Date: 06/15/2015 I ITEM _ BID AMOUNT Schedule A $ i i V61-1,°pt.SO B) Schedule B PSE Conduit Removal $ kU, 01:i,2°a Washington State Sales Tax $ i,Gv*• ?i Total Schedule B $ 03)011 ' TOTAL BID AMOUNT $ ' .Z0 e L o ' 1 (including Washington State sales tax, all other ) > Is overnment taxes assessments and charges To City Council Members U City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 Pursuant to and in compliance with your advertisement for bids for construction of 1st Ave S at S 328th St Intersection Imorovements Z and other documents U relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of 1st Ave S at S 328th St Intersection Improvements , and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract I documents, for the above-referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. I The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the I undersigned fails to execute the 1st Ave S at S 328th St Intersection Improvements Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be t ( } y Ireturned to the undersigned. Bond or Certified Check Bid Bond Dollars ($ 5% of bid amount ) i The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or I minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. City of Federal Way RFB 1115-007 II 151 Ave S at S 328th St Intersection Improvements Pg 22 May 2015 RFB ver. 1-15 e 22 Attachment B Bid Form vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com-Always Verify Scale 1 Receipt of the following Addendums is hereby acknowledged: p 9 Y f 9 IAddendum No. 1 Date Issued: D 1 101 t� Addendum No. 2- Date Issued: 1 I 1 S IAddendum No. Date Issued: I Miles Resources, LLC - -- - -•'C 111) - (LLc) Firm Name I (Delete Two) ;i j I MILESRL897RK l L lN)y Bidder's State License No. Sign rtureMichael Tollkuehn I602-870-349 Operations Manager Bidder's State Tax No. Title 1 I I I I I I I City of Federal Way RFB it 15-007 I 1"Ave S at S 328'h St Intersection Improvements Fg 23 May 2015 RFB ver. 1-15 e 23 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I , IBID SCHEDULE CITY OF FEDERAL WAY I 1st Avenue S at S 328th Street Intersection Improvements SCHEDULE A-ROADWAY IMPROVEMENTS I ITEM ITEM DESCRIPTION All unit latices in Bid Schedule A shall include aepiicable sales tax. - UNIT . APPROX. UNIT PRICE AMOUNT NO, .1 QUANTITY DOLLARS CENTS 1DOLLARS CENTS I1 Unexpected Site Changes EST 1 1 $10,000.00 $10,000.00 2 Construction Surveying LS 1 i V,y 0 o. 00 41400.00. 00 3 As-BUf It Survey and Record Drawings LS 1 4,Z Z S 00 i, 22-c ,OD 4 SPCC Plan LS 1 ), 000. 00 I, 000- GO I5 Mobilization LS 1 613,560 o 93, -,to. rx I 6 Off-Duty Uniformed Police Officer EST i $500.00 $500.00 7 Traffic Control Supervisor LS 1 15,ciao 00 13 100. 00 I8 Flaggers and Spotters 1 HR 800 �). 00 90, S 00- OD 9 Other Traffic Control Labor HR 80 LO. 5 14,OW 0. CV 1 10 Other Temporary Traffic Control LS ~ 1 W,()(- 0' OD P, O(, 0 • 00 11 Construction Signs Class A SF 50 2 Z.2-5 1 `(2. 0 I12 Sequential Arrow Sign HR 640 1„_"1 G k,8 v/kD• 00 I 13 Portable Changeable Messago Sign HR 2300 t I 2_t '1-1 Q00,a) 14 Business Access Sign EA 2 'lb°• 00 WO, 00 15 Clearing and Grubbing LS 1 0, 000.000. 00 16, COO. W 16 Roadside Cleanup EST 1 $5,000.00 $5,000.00 1 17 Removal of Structures and Obstructions LS 1 (0 O�- CO \Q( .w 18 Sawcutting LF 2,200 1 .C!7 )i L.10, W I19 Remove Existing Catch Basin EA 3 ?00-W t t i9 0. 00 I 1 20 Remove Existing Storm Sewer Pipe LF 110 I D-40 I ,i4' , 00 � 21 Gravel Borrow Incl.Haul TN 80 l. O 0 I 22 Gravel Borrow for Trench Backlit'Incl.Haul TN 90 LI b- U!tS b t 612-t, ,�® 23 Roadway Excavation Incl.Haul CY 2,360 L+Z. 0 (01 r 0O S ,W 1 1st Avenue S at S 328th Street RFB#15-007 intersection Improvements Addendum#2 Bid Submittal Page 24 May 2015 Je2 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I ' ISCHEDULE A-ROADWAY IMPROVEMENTS All unit 'ricer in Bid Schedule A shall include-a•,,livable sales tax.APPROX. [ UNIT PRICE I INO r E DESCRIPTION ® QUAN ITY' DOLLARS CENTS DOLLARS CENTS 1 IlUnsuitable Foundation Excavation Incl.Haul CY 10 25 Shoring or Extra Excavation Glass B SF 700 1 . I (}0� , 00 I 2 ll 26 Crushed Surfacing Base Course TON 650 �JtQ• 40 "JG�� l•O. 00 1 27 Gravel Backflll For Drains 1110 210 linil\ ', u/61,, Q 28 HMA CI,112"PG 64-22 TON 340 '1U.00 2 i b40- 00 I 1:11 HMA Cl.1"PG 64-22 TON 1,000 .SO gl,100. 00 30 Commercial HMA TON 80 (6. 0- 10 I.D i l i)b. 1p ITemporary Pavement TON 50 j i g i s c,,61(61 c 0 1 ®Drain Pipe 6 Inch Diem. Ell 380 51 .96 12-, I G -co Ductile Iron Storm Sewer Pipe 12 In.Dlarn. LE 8 2'11 .00 Ui 2_10. (?O 1 34 Class IV Reinf.Conc.Storm Sewer Pipe 42 In.Diem, 110 NM 1,4,■ 02 . 1) 1111 Type iit�i ,_c ' 9,61 co- � Catch Basin T pe 1 EA 6 1 36 Catch Basin Type 2 48 In,Diem. EA 2 b, i"I'41 00 I.Q,O ci 0 GO 37 Adjust Catch Basin EA 7 t,T ]. 0 4,1,42-. 0 I Ell Connection to Existing Drainage Structure 11111111=MIN 3, 1(0. 00 Storm Water Treatment System 4 x 4(Filterra Unit) 2 1�1 1�l 4 0Q 4-I' b-2-L-1-00 I / 40 Erosion Control and Water Pollution Prevention LS 1 `i G)VO- 00 I, .7(-,O•r�, 00 I1111 Topsoil Type A CY 110 U C!7, W✓. IN I PSIPE,Helictotriehon sempervirens I Blue out grass; 40 (i Q)0 1 Gal.Cont. U PSIPE,Mahonia repens 1 Creeping Mahonia;1 Gal 44 . EA 40 Z2 ,70 q 00 j, I Cont. PSIPE,Sesleria Autumnalis/Autumn Moor Grass; 1 -j f� Gal.cont. EA 61 1 . 00 1,1P-0. 00 isPSI, Cont.oiree X Vanhouttei/Bridal Wreath Spires;2 3 I PSIPE,Cornus Stolonifere'Farrow'I Arctic Fire Rea- 4 7 . 22 CO Twig Dogwood;15"-18"1-1t. j I g�9 PSIPE,Syringe reticlulata/Japanese Lilac Tree;2" EA 2 (y rL^I i 2_ 0 Cal.,10'-12'Ht. Sod Installation SY 762 of. Z 1 r 0 4b„'.'O I1st Avenue Sat S 328th Street RFB#15.007 Intersection Improvements Addendum#2 Bid Submittal Page 25 May 2015 Je3 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I SCHEDULE A-ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. wt .,v ITEM ITEM DESCRIPTION UNIT APPROX. UNrT PRICE AMOUNT NO. QUANTITY DOLLARS CENTS DOLLARS CENTS I50 Modifications to Existing Irrigation System LS 1 (Pi Q c Q- 00 W I p'E 0,. 00 51 Extruded Curb,Type 6 LF 370 12, , 00 -i)Hi-i1). 00 52 Cement Cone.Traffic Curb and Gutter LF 1,640 114.S G' '12,i S Oi.Co 1 53 Cement Conc.Driveway Entrance 3-Day SY 190 '✓1 . 00 1 D�jo 00 54 Raised Pavement Markers,Type 2 HUN 3 330, 00 61010. 00 1 55 Pervious Cement Concrete Sidewalk SY 1,200 ?")(% , UD lib, 2-GO. UG 56 Cement Conc,Sidewalk SY 10 Li- j,, 7 4 51 . 90 , I 57 Cement Conc.Curb Ramp Type Perpendicular A EA 4 L U 6 , 00 .e3/1-4-2_0. 00 58 Modified Single Direction Curb Ramp EA 2 up 2G. Od 2),2 0.0) 58 ~Traffic Signal System at 1st Ave S&S 328th St, LS fi .1100/100. 00 °, Gf n. Complete 1 60 Illumination System,Complete LS 1 6111'?700.00 q), 00..U9 61 Interconnect System,Complete LS 1 -QI U 00 00 ?O, 0O.OP 1 S�-70 0• 00 0 5,109.. DV 62 Permanent Signing LS 1 63 Paint Line LF 200 2_ ,1 S AO- 00 I 64 Plastic Stop Type A LF 120 p Line yP 0.S0 I/ OGV/- OD I 65 Plastic Line Type D LF 4,600 Z. 00 C Xi, oo 1 66 Plastic Wide Line Type© LF 460 3 2,0 015. 00 r I 67 Plastic Traffic Arrow Type A EA 8 P-71 . 0 ill 00 00 e 68 Plastic Crosswalk Line Type A SF 720 S 00 5)to 00 00 I69 Removing Pavement Markings LS 1 II COO. L 2.1 boo . 00 70 Modular Block Well SF 1,670 I g .its ‘ 2,(152_,-L-3,0 I 71 Resolution of Utility Conflicts EST 1 $10,000.00 $10,000.00 I72 Potholing EST 1 $3,000.00 $5,000.00 Total Schedule A i 64)1(02-(bid items include sales tax) l�� I I1st Avenue S at S 328th Street RFB#15.007 Intersection improvements Addendum#2 Bid Submittal Page 26 May 2015 I e4 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I IBID SCHEDULE CITY OF FEDERAL WAY I 1st Avenue S at S 328th Street Intersection Improvements SCHEDULE 13 •PSE CONDUIT REMOVAL ' ITEM ITEM DESCRIPTION UNIT APPROX. UNIT PRICE AMOUNT O w QUANTITY DOLLARS CENTS DOLLARS CENTS mm 1 Sawcutting LF 30 t `(� '4(o �0 1 2 I Remove Existing Conduit LF 580 I Li 3 Roadway Excavation Incl.Haul CY 40 42. 460 1 l 1 12.. . 00 I4 Gravel Borrow for Trench Backrill Incl.Haul TN 80 (t Z 1 5 Temporary Pavement TN 25 1 l q.1 G 12 ,qq3 15 Subtotal 'RP, .Z5 I Sales Tax(9.5%) 1)505. 35 Total Schedule B _i b, (�,,.�,3 I I Total Schedules A & B: ` U � � ' D Schedule A brought forward......,....................$ I U ► . „ Schedule B brought forwward ..... .. ...$ I tb; 111 .U1� 'Total Bid..,....,...,.........................................$ t,2L 01-10 .„ I b I I I I I I list Avenue S at S 328th Street RFB#15-007 intersection Improvements Addendum#2 Bid Submittal 27 May 2015 Je5 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Attachment D ' BID SIGNATURE PAGE Date: 06/15/2015 The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services pursuant to the 1st Ave S at 5 328th St Intersection Improvements and comply with all other terms and conditions of the contract and bid documents of RFB 15-007. No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid ' opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount will be delivered to the City. 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. Miles Resources, LLC • -Eorporatren.t1i i! i I! _•.*e.. (LLC) Company (Delete Two) By: A�,1.1 ir....1l Signature) Michael Tollkuehn ' (Printed Name) Its: Operations Manager (Title) ' 400 Valley Ave NE Puyallup, WA 98372 (Address) ' (253) 383-3585 (Telephone Number) I ' City of Federal Way RFB#15-007 1'Ave S at S 328th St Intersection Improvements Pg 28 May 2015 RFB ver. 1-15 te 28 Attachment D Bid Signature Page ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 I Attachment E i IBID BOND FORM I Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of$ 5%of Bid Amt ,which amount is not less than five percent(5%)of the total bid. BID BOND IKNOW ALL PERSONS BY THESE PRESENTS that we, Miles Resources, LLC , as Principal, and Liberty Mutual Insurance Company , as Surety, are held and I firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount and 1100 dollars($5%of Bid Amount),for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators,successors and assigns,jointly and severally, by these presents. IThe condition of this obligation is such that if the Obligee shall make any award to the Principal for: I1st Ave S at S 328th St Intersection Improvements According to the terms of the proposal or bid made by the Principal therefore, and the Principal I shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee;or if the Principal shall in case of failure so to do, pay and forfeit I to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages,the amount of this bond. ISIGNED, SEALED AND DATED THIS 15th DAY OF June , 015 . 'I Ni.rc- LLC M' chael Tollkuebn •al •perations Manager ••-rty Muti:I In ur;j c Company, ISurety Cynthia L. JVJ ' f 4,* , <;, Date: ._. w ,4 f.ei .;aa - IReceived return of deposit in the sum of$ ,, ',1/A�/1 �f • �,,,,,,,Ito 4t110"04; I 1 City of Federal Way RFB#15-007 1"Ave S at S 328eh St Intersection Improvements Pg 29 May 2015 1 RFB ver. 1-15 TO!POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.6920281 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company IPOWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute ' and appoint, Barbara A.Johnson;Brent E.Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L.Jay;Diane M.Harding;Eric A.Zimmerman;Jake Oja;James B.Binder;Jamie Diemer;Jeffrey L.Zimmerman;Jennifer L.Snyder;Julie R.Truitt;Karen Swanson;Kellie Hogan;Kristine A.Lawrence; Lisa M.Anderson;Mandy Keltner;Mitchell R.Smee;Peggy A.Firth;Peter J.Comfort;Sandra J.Kulseth;Wyntrene Mace all of the city of Tacoma ,state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. iir._ IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of March , 2015 . �, ND Cqs ^1Y INSU y WSU� N WSUR American Fire and Casualty Company ms ���°lkyoR, �9„T,r. ,,,,,SOkar�Sc.:, �JPLpRPOlvir9'�C. e P�oN'OR1i-so` The Ohio Casualty Insurance Company N J Fo r Fo N Z n o o Liberty Mutual Insurance Company eu a 1906 0 0 1919 n > a 3 x 1912 �� y 1491 a West merican Insurance Company N (A . HMO, -CI' JP 2�"HAMP'r'# a m 9ss �l M ,r= ACHUS `,- DIANP 0 CD * .,..\-\ ti� * �a * * By. I as ▪ STATE OF PENNSYLVANIA ss David M.Care ,Assistant Secretary c cc COUNTY OF MONTGOMERY C E) On this 24th day of March , 2015, before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and v V ro Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,W IT. execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. _ E > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. 0 0. O l0 P PAST COMMONWEALTH OF PENNSYLVANIA Q ZI el -a �Q�o MoNWfq��!! Notarial Seal �� �/�) ��� w N ti u s v Teresa Pastella,Notary Public By: rl/� ^ °` ��Q'��„ p i OF Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public y= q, �Q My Commission Expires March 26,2017 C i `N r 'Tarn v �� Member,Pennsylvania Association of Notaries a E Ico This Power of Attorney is made and executed pursuant to an by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance rn o NCompany,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: ev 02 ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject 0 C Cr▪ to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, y ▪ acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective 'a t ci powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so Ti) O l4 executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under > ”' 1.. the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. t c ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E oQ E and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, ,M O .5 seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their c ti) Z 0) respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so go Iexecuted such instruments shall be as binding as if signed by the president and attested by the secretary. 0__co Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- I..co fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety I obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. II,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. p _ IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Conipontee ' ` day of u k__ ,20 /.S . PNO CAS, ,SY IN,S[ ,,INSUq N\NSUg gel n ��`'�esoR4i,lei ''�0 r',, J,,J�µeOagr2tir� �Q,c.�paeoru,�cF. i',7" s ',� ,,i 4- 1906 no 0 1979 n r 1912 ci F 1491 3 •N ~1 " Y By o 3 i o a N a _y' �-q ^ Gregory W.Davenport,Assistant Secretary �s�4- k4MPSA`Q1? of y``�'frAMPS`" s'%ygs's„,,0 `'Fes' - N2 ANP r 7 CA i''i *�„ :" ?At rt b * �� 1r 1`� * * '�1y�; �9n , ,, 0 i y,. `•'' `) I 612 of 800 ' LMS_12873_122013 A.._ h" " :'5.,,, e' IAttachment F SUBCONTRACTOR LIST IPrepared in Compliance with RCW 39.30.060 1st Ave S at S 328th St Intersection Improvements Failure to list subcontractors who are P roposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non-responsive and therefore void. I Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, must be named below, or name the bidder for the work. IThe bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 IRCW; a current Washington Unified Business Identifier(UBI) number; has Industrial Insurance (workers'compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department I number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. IThe following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. ISUBCONTRACTOR ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? NAME (Y/N) ITan spt7r+a mewl S ariS. .S zrt 4,�g - (n - b 1 2-, lo1 O , co N 13 I I I I I ICity of Federal Way RFB#15-007 I'Ave S at S 328th St Intersection Improvements Pg 30 May 2015 RFB ver. 1-15 jige 30 Attachment F Subcontractor List vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I Attachment G ICity of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM INon-Collusion, Anti-Trust, Prevailing Wage (Non-Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment INON-COLLUSION AFFIDAVIT I Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not I directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over Iother Bidder or Bidders; and NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING ITHE U.S. DEPARTMENT OF TRANSPORTATION (USDOT) To report bid rigging activities call: 1-800-424-9071 P I The U.S. Department of Transportation (USDOT) operates the above toll-free hotline Monday through Friday, 8:00 a.m. to 5:00 p.m., Eastern Time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the hotline to report such I 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; and ICERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER I Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti- trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in I connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned Iexception; and PREVAILING WAGE AFFADAVIT II, the undersigned, having duly sworn, deposed say and certify that in connection with the performance of the work of this project, will pay each classification of laborer, workperson, or I mechanic employed in the performance of such work, not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and forgoing statement and certificate, know the contents thereof and the substance as set Iforth therein, is true to my knowledge and belief; and I City of Federal Way RFB# 15-007 1"Ave S at S 328d'St Intersection Improvements Pg 31 May 2015 RFB ver. 1-15 le 31 Attachment G Combined Affidavit and Certification Form vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I . DEBARMENT AFFIDAVIT I I certi fy that, except as noted below, the firm, association or corporation or any person in a p exce controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of voluntarily ineligibility by any federal agency; has not been suspended, debarred, v o Y excluded or determined ineligible by any federal agency within the past three (3) years; does not have a I proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. IAFFIDAVIT 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 violation 51.48.020(1) or 51.48.103; or(2) Committed an infraction o r under chapter 18.27 RCW. ICERTIFICATION OF LAWFUL EMPLOYMENT I The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act, now or as herein after amended, 8 USC Section 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. FOR: Non-Collusion Affidavit, Assignment of Anti-Trust Claims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment. I1st Ave S at S 328th St Intersection Improvements I Nam of is s Firm Miles Resources, LLC I P Michael Tollkuehn ISig ature of Authorized Representative of Bidder Subscribed and sworn to before me this 12-4 day of U.n e ., 20... DUI' 0r / b 1-0-wil • • M as, t) I I ����,,A•,,,,,,.,, (printed/typed name • notary) 0 E )' G Notary Public in and for the State of Washington *'°"'41;;.:"..1•0--.. My commission expires: I 0 I q- 11 I _▪ 1 NOTARY : • PUBLIC ,.9 ,x0.19., w'WA City of Federal Way 1ZFB# 15-007 1"Ave S at S 328th St Intersection Improvements Pg 32 May 2015 RFB ver. 1-15 �le 32 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Attachment II rCONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: 06/15/2015 This statement relates to a proposal contract with the City of Federal Way named 1st Ave $at S 328th St Intersection Improvements ' I am the undersigned bidder or prospective contractor. I represent that: I x❑ have, ❑ have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar 1 Executive Order. 1 Miles Resources, LLC ' Na of idd 1 By: Si nature Michael T 111r551-711 -hn Its• Operations Manager Title i ,400 Valley Ave NE Puyallup, WA 98372 Address 1 City of Federal Way RFB#15-007 1"Ave S at S 3286 St Intersection Improvements Pg 33 May 2015 RFB ver. 1-I5 le 33 Attachment H Contractor's Compliance Statement vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale A . ••., . • .. • .• . •• .... . . ..... .. . .. .........:..... ...,.. ......... .. 1 . . . . .• ... ... •• .... ... ........ . . . . .... . „. ......................................„,:...............................,....................,....:,..............,.................... .. . .. . . . . ." . • . . ... ... . • . . . .. .• . . ...... . . . . .. . ... ..•••• •• •••••••••• ••• ...... •••• ._. .. ...• .. ........ . .... ...... . ...... .................. ...... ......,........ 1 .. .. . .. . . . . . ... . ... . � . • .. . ... .• .. . . .. ..... . . . . .. . .. ........„. . .. ... . . .. .. . •.. . . . • . . .. . . ... .... •................ •....................,,....... ... ....... . . .,... . ... .. .•••• ..•• ,....•.... ......."•••..•. ..• .. •••.... ..................,...., I � �r �r . ...... . . .. , ... .. .. . ••• . . •.. ........... ..�.... • .... .. •..... .... . .. ...... . ..,. ..... .....•••• ...... ....... .... o. ... W N .a i...............„ 1 . ... . ... . .. ... . .„ • • ... ... .....„ ..„ . . .. . . ..• o o a' r ............ ...... .n a ' h i 1 N,} fir ¢ r ' y J y�, :,l > lJ 1 F , C :. .'rF l +Y u- < t3 I A'� 1t)k� 4 fi S 4 1. j P y.�.F t y J a✓'?h'.ti:4 l"S 47;: - mss aa' +"� s '6'” '}O}yy'�'CD^� s I f�lit • N �. ,fi z�J i Q }.. r3 :� '� f v ' NZ1f4,'1. rO Q • {� ` N np. ' NO C7' r o I I I Employment Security Department III 'IOW WASHINGTON STATE P.O.Box 9046 Olympia,WA 98507-9046 1 Fax 360-902-9287 May 12, 2015 I MILES RESOURCES LLC 400 VALLEY AVE NE PUYALLUP,WA 98372-2516 IRE: ES Ref#: 59663700 0 This letter confirms that, as of the date shown above, you have an account and it is in good standing with the Employment Security Department of the State of Washington. This letter may be used for purposes of documenting bidder responsibility for public works Icontracts. If we may be of further assistance,please call the Registration, Inquiry, Standards and Coordination (RISC) Unit at (360) 902-9450. EMPLOYMENT SECURITY DEPARTMENT Attachment I PUBLIC WORKS CONTRACT ' FOR 1ST AVE S AT S 328TH ST INTERSECTION IMPROVEMENTS ' THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this day of , 2015 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Miles Resources, LLC, a Washington limited liability company ("Contractor"). A. The City desires to retain an independent contractor to furnish all labor and materials ' necessary to perform work necessary to complete the construction of the addition of north-bound and south-bound left-turn lanes on 1st Ave S, revised channelization at the intersection that includes a new fourth leg serving the west side development, and a new signal at the intersection. Work will include the following: utility relocation; storm drainage; paving; curb, gutter, and sidewalk; retaining walls; street lighting; traffic signal; signing; and channelization, located at the intersection of 1st Ave S and S 328th St, Federal Way, Washington ("Property"); 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 1.1 Description of Work. 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 work, more particularly described as the 1st Ave S at S 328th St Intersection Improvements project, including without limitation: ' The addition of north-bound and south-bound left-turn lanes on 1st Ave S, revised channelization at the intersection that includes a new fourth leg serving the west side development, and a new signal ' at the intersection. Work will include utility relocation; storm drainage; paving; curb, gutter, and sidewalk; retaining walls; street lighting; traffic signal; signing; and channelization, ("Work"), in accordance with and as described in the Contract Documents, which include without limitation, this ' Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / ' Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2014 WSDOT Standard Specifications for Road, Bridge and Municipal construction, Amendments to the Standard Specifications, 1st Ave S at S 328th St Intersection Improvements Special Provisions, ' WSDOT Standard Plans attached as Appendix A, Federal Way Standard Drawings attached as Appendix B, current Prevailing Wage Rates attached as Appendix C, Construction Stormwater General Permit attached as Appendix D, Geotechnical Boring Logs attached as Appendix E, and all fother Appendices attached hereto and incorporated by this reference, (collectively the "Contract City of Federal Way RFB# 15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 34 May 2015 RFB ver. 1-15 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. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the ' Contractor of the City's Notice to Proceed. The Work shall be completed within 100 working days. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit"A." ' 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the for administration, inspection, public and cost taxpayers undue sums of money, adding time needed and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. • LIQUIDATED DAMAGES FORMULA ' LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to I the nearest dollar). C = Original Contract amount. T = Original time for completion. IWhen the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the ' Work is complete. 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 this entire Contract. I1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. I1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary Ipermits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes • within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall ' specifically state the change of the Work, the completion date for such changed Work, and any City of Federal Way RFB# 15-007 1st Ave S at S 328th St Intersection Improvements Pg 35 May 2015 RFB ver. 1-15 I increase or decrease in the compensation to be paid to Contractor as a result of such change in the IWork. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment Iwill be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, I within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may I extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five I (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. I 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be I reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change Iorder adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected I by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne 1 particles to the ambient air environment within the City of Federal Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work and the expiration of all warranties contained in the Contract Documents I ("Term"). 3. WARRANTY I 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the q q P Work, and is appropriately accredited and licensed by all applicable agencies and governmental I entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the I Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work Iwhich the City deems to have defects in workmanship and material discovered within one (1) year City of Federal Way RFB# 15-007 l st Ave S at S 328th St Intersection Improvements Pg 36 May 2015 IRFB ver. 1-15 after the City's final acceptance of the Work as more fully set forth in the General Conditions of the 111 Contract. This warranty shall survive termination of this Contract. 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 Iright under this Contract or law. 4. COMPENSATION I4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed One Million Two Hundred Three Thousand I Forty and 13/100 Dollars ($1,203,040.13), which amount shall constitute full and complete payment by the City ("Total Compensation"). I 4.2 Contractor Responsible for Taxes. 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. I4.3 Nonpayment. 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 discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on Ipartial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the Iobligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the I Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. I 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 ) o f the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ("Fund") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all I taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a ' lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this 1 City of Federal Way RFB# 15-007 1st Ave S at S 328th St Intersection Improvements Pg 37 May 2015 ' RFB ver. 1-15 i 1 111 Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes 1 I aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER IIn all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or ' by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, I unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with, and, shall not violate any of the Iterms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material I violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 1 6.1 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 I 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 pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of I 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 I 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. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the Icontractor 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. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be 7 C e p Y terminated without cause upon oral or written notice delivered to Contractor from the City. Upon I termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been I completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. H City of Federal Way RFB# 15-007 I 1st Ave S at S 328th St Intersection Improvements Pg 38 May 2015 RFB ver. 1-15 i • 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: ' (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its ' creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. ' (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. ' (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. ' (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. ' 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and ' Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete ' the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and ' expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any ' equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. I City of Federal Way RFB# 15-007 1st Ave S at S 328`h St Intersection Improvements Pg 39 May 2015 RFB ver. 1-15 I (4) Remedies Not Exclusive. No remedy or election under this Contract shall be I deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. ' 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the ' City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or I representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that I 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. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its I officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or I representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. I 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. I9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, 1 in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient Ipursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $5,000,000 for bodily injury, including personal injury or death, products Iliability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than I $2,000,000 for bodily injury, including personal injury or death and property damage. I (4) Professional Liability insurance covering professional errors and omissions for the Contractor and/or its Subcontractor and/or its design consultant providing construction management, value engineering, or any other design-related non- construction construction professional services with a limit of liability not less than $1,000,000 per occurrence. If the scope of such design-related professional services includes work related to pollution conditions, the Professional Liability insurance shall include IPollution Liability coverage. City of Federal Way RFB# 15-007 I 1'Ave S at S 328th St Intersection Improvements Pg 40 May 2015 RFB ver. 1-15 I 1 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: I (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. I (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. I (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. I (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. I (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made"or"claims paid"form. I9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached I hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. I9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for Isubcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must I be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles Ior self-insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous I materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been Iapproved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the iiCity may then award this Contract to the next lower bidder. I10. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City of Federal Way RFB# 15-007 I Is`Ave S at S 328th St Intersection Improvements Pg 41 May 2015 RFB ver. 1-15 City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. I11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site ' and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees 1 and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or 1 other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the ' same. 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal-aid II projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe II benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's"Decision Number"shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296-127 WAC, or the Federal Davis-Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and ' fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. IThe Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296- 127-010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 P 9 9 P 9 9 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. City of Federal Way RFB# 15-007 I 1St Ave Sat S 328th St Intersection Improvements Pg 42 May 2015 RFB ver. 1-15 123 Reporting Requirements. On forms provided by the Industrial Statistician of State L&I, the Contractor shall submit to the Engineer the following for itself and for each firm covered under Chapter 39.12 RCW that provided work and materials of the contract: (1) A copy of an approved "Statement of Intent to Pay Prevailing Wages" State L&I form number F700-029-000. The City will make no payment under this contract for the work ' performed until this statement has been approved by State L&I and a certified copy of the approved form has been submitted to the City. ' (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700-007-000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. ' The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. 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 shall become the property of the City and shall be delivered to the City at its request. ' 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. City of Federal Way RFB# 15-007 ' 1st Ave S at S 328`h St Intersection Improvements Pg 43 May 2015 RFB ver. 1-15 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State ' Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP ' At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any ' kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs ' from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not ' disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration ' number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor ' responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers'compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A ' Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. City of Federal Way RFB# 15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 44 May 2015 RFB ver. 1-15 I 19. GENERAL PROVISIONS 19.1 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 Iunderstandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended I or added to except by agreement in writing signed by the Parties or their respective successors in interest. I 19.3 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. 19.4 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 I 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. 19.5 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. I 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of 11 possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. I19.7 No Waiver. Failure of the City to declare any breach or default immediately upon shall not waive such breach or occurrence thereof, or delay in taking any action in connection with, s all of a e s 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. I 19.8 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. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor Irepresents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. I 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City 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. I 19.11 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. I City of Federal Way RFB# 15-007 1 1st Ave S at S 328th St Intersection Improvements Pg 45 May 2015 IRFB ver. 1-15 19.12 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. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract may be rendered null and void, at the City's option. ' 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. CITY OF FEDERAL WAY By: Ferrell, Mayor 3325 8th Avenue South Federal Way, WA 98003-6325 ATTEST: AM.i,/ ■ t A ipI•rk, Stephanie Cou de, CMC ' APPROVED AS TO FORM: r 0,1W7/3 -1 /City Attorney, Amy Jo Pearsall City of Federal Way RFB# 15-007 1st Ave S at S 328`h St Intersection Improvements Pg 46 May 2015 RFB ver. 1-15 IMILES RESOURCES, LLC I BYE - - ( gore) I Jeffrey Thomas, Vice President/General Manager (Name) 1 400 VALLEY AVENUE NE I PUYALLUP, WA 98372 ' : P (253) 383-3585 STATE OF WASHINGTON ) ' ) ss. '..1 COUNTY OF PIERCE ) IOn this day personally appeared before me Jeffrey Thomas, to me known to be the Manager of !1 Miles Resources, LLC, that executed the foregoing instrument, and acknowledged the said ,. instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. I `" 31st July , 20 15 1 GIVEN my hand and official seal this day of : I Oki I Ange a M. Reis (typed/printed name of notary) r :.,`C)��`A,,,,,, `, Notary Public in and for the State of Washington. I :..' ,;`�...t �1 SWH E#A�A�� tf1 3/19/2018 f;�i+`' My commission expires • $OT/ Ry PUP,P '.a % Or: V ;'1\: I II 5 J I ; ' City of Federal Way RFB# 15-007 P le Ave S at S 328`x'St Intersection Improvements Pg 47 May 2015 I RFB ver. 1-15 I EXHIBIT A 3TiTA, w ; ❑ Original 1 ❑ Revised# rBAs ,,, NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT I Date: Contractor's UBI Number: Name&Mailing Address of Public Agency Department Use Only Assigned to: IDate Assigned: UBI Number: Notice is hereby given relative to the completion of contract or roject described below Project Name I Contract Number Job Order Contracting ❑ Yes ❑ No 'Description of Work Done/Include Jobsite Address(es) 11 Federally funded transportation project? ❑ Yes ❑ No (if yes,provide Contract Bond Statement below) IContractor's Name IE-mail Address Affidavit ID* Contracto r Address Te ephone# I If Retainage is not withheld,please select one of the following and-List Surety's Name&Bond Number. ❑ Retainage Bond ❑ Contract/Payment bond(valid for federally funded transportation projects) Name: Bond Number: Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted IWere Subcontracters used on this project?If so,please compete Addendum A. Dyes ❑No Affidavit ID*-No L&I release will be granted until all affidavits are listed. I Contract Amount $ Additions ( +) $ Liquidated Damages $ Reductions (-) $ Amount Disbursed$ Sub-Total 5 0.00 Amount Retained$ I Amount of Sales Tax (If various rates apply,please send a breakdown) S 0 00 TOTAL $ 0.00 TOTAL NOTE: These two totals must be equal IComments: ' I Note:The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. I NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form:Please submit the completed fonn by email to all three agencies below. Contact Name: Title: I Email Address: Phone Number: Department of Revenue co tra ct saiw 0s lment of Ember: t Security r/� Department 4 Public Works Section Labor& Industries Registration,Inquiry, (360)704-5650 Contract Release Standards 8,Coordination PWC @dor.wa.gov (855)545-8163,option*4 Unit 1 ContrectRelease @LNI.WA.GOV (360)902-9450 publicworks@esd.wa.gov REV 31 0020e(4/28/14) F215-038-000 04-2014 t Reset This Form # * Print This Form I City of Federal Way RFB# 15-007 I 1st Ave S at S 328th St Intersection Improvements Pg 48 May 2015 RFB ver. 1-15 1 1 IAddendum A: Please List all Subcontractors and Sub-tiers Below This addendum can be submitted in other formats. I Provide known affidavits at this time. No L&cI release will be granted until all affidavits are listed. Subcontractor's Name: UBI Number:(Required) Affidavid ID* I 1 1 1 1 - 1 1 - II 1 II I II I For tax assistance or to request this document in an alternate format,please call 1-800-647-7706.Teletype(TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum(04728;14) F215-038-000 04-2014 1 City of Federal Way RFB# 15-007 II St Ave S at S 328th St Intersection Improvements Pg 49 May 2015 RFB ver. 1-15 I I EXHIBIT B ' CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 1 PROJECT CHANGE ORDER EFFECTIVE DATE 1 NUMBER NUMBER PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: ' The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. 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 ' PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ STATEM ENT: ' 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. CONTRACTOR'S DEPT. DIRECTOR/ MANAGER DATE SIGNATURE SIGNATURE City of Federal Way RFB# 15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 50 May 2015 RFB ver. 1-15 DEPARTMENT RECAP TO DATE: *Adjustments: 1 ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ ' THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ iADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ 1 ❑ PAY THIS ADJUSTED AMOUNT DECREASED$ 1 DEPARTMENT DIRECTOR'S SIGNATURE 1 1 1 1 1 1 1 1 1 1 1 1 City of Federal Way RFB# 15-007 1 15`Ave S at S 328th St Intersection Improvements Pg 51 May 2015 RFB ver. 1-15 1 EXHIBIT C ' CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way Bid/Contract Number 33325 8th Avenue South Federal Way,WA 98003-6325 253-835-7000 IDENTIFICATION AND DESCRIPTION Project Title 1ST AVE S AT S 328TH ST INTERSECTION IMPROVEMENTS ' Contractor MILES RESOURCES,LLC Representative Bid No. RFB 15-007 Date 06/15/2015 Administering Department PUBLIC WORKS City Representative CHRISTINE MULLEN, PE Funding Source CITY FUNDS IProject Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the Iretainage held for investment: 1. All investments selected below are subject to City approval. I 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank),the terms of which are specified by separate escrow agreement.The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 1 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS I Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: I Name of Bank, Mutual Fund,or Savings&Loan Association: Address: Account#: Contact Person: Contractor: Date: I By: Title: Address: Phone: Fed ID #: Est. Completion Date: I CITY APPROVAL Approval of Investment Program and Retainage Agreement ' Finance Director Date CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: 1 I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted Ion I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. 1 Contract Administrator IDirector of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes ' (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security,Unemployment Insurance Premiums(State of Washington Employment Security Dept.) City of Federal Way RFB# 15-007 I 1S`Ave S at S 328`h St Intersection Improvements Pg 52 May 2015 RFB ver. 1-15 I AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES,LLC I A WASHINGTON LIMITED LIABILITY COMPANY ' WHEREAS,Miles Resources, LLC(the"Company")is a Washington limited liability company organized for purposes of(among other things)managing and operating business assets used in connection with the Company's construction,paving and related activities;. IWHEREAS,all authority to operate the business and affairs of the Company is vested in one or more mangers,and the managers of the company are Walt Miles,Lisa Kittilsby,and Tim Kittilsby (hereinafter the"Managers"); IWHEREAS,the Mangers of the company intend to delegate certain authority relating to the day- to-day operations of the company to the individuals identified below; INOW THEREFORE,be it resolved as follows: I RESOLVED,that the Managers hereby delegate a portion of their authority to the"Operations Managers:of the Company named below; RESOLVED,that each of the Operations Managers,acting individually, shall have the power and I authority to manage the day-to-day business of the company. Without limiting the generality of the foregoing,the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company,sign documents relating to such contracts,and to engage in any other acts related to the Company's day-to-day operations; IRESOLVED,that Jeffrey D. Thomas,Bradley Deakins,Michael Tollkuehn and Angela Reis are hereby appointed as Operations Mangers of the company to fulfill the duties described above. IFor the purpose of execution of the Authorization,a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or more counterparts,all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this 17. Ak.ks day of ,2012 I MILES RES I C7t,JRCES,LLC OPERATIONS MANS GERS ,. I ,a. By: Walt Miles J; I.;i, D.Thomas` IIts Manager and Member ice President/Operations Manager 'al - By: Lisa Kittilsby `� Bradley Deakins Its: Manager and e CFO/Operations anager I j. i 1 Ala By: Tim Kittilsby Michael Tolikueim I ..,141, 1 Its: Manager Operations Manager L, I Angela R Operations Manager I Ii1• 4 I EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY -. 1ST AVE S AT S 328TH ST INTERSECTION IMPROVEMENTS I . Bond No.023033121 KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Miles Resources, LLC, as principal I r-. ("Principal"), and Liberty Mutual Insurance Company , a Corporation organized and existing under the laws of the State of Massachusetts , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations,as surety("Surety"),are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of: Sixty Thousand One Hundred Fifty Two and Ii 01/100 Dollars($60,152.01)for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives,as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, Iregulations,standards and policies of the City,as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, g providing for the 15t Ave S at S 328th St Intersection Improvement Project, which contract is incorporated herein by this I ' reference("Contract"),and `._ C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent(5%), said sum to be retained by the City as a trust 1 fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons -- or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes I imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing -) supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as -1 now existing and in accordance with any amendments that may hereafter be provided thereto;and I D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such �I bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth Ii retained percentages pursuant to Chapter 60.28 RCW;and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein i provided for in the manner and within the time set forth,for the amount of$1,203,040.13;and IF. The City is prepared to release any required retainage money previously paid by the Principal prior to -I acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, 1 _.t NOW,THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the 1 time period prescribed by the City,or within such extensions of time as may be granted under the Contract,and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or I subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. ' And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change,extension of time,alterations or additions to the terms of the Contract or to the Work. 1 The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount,such increase, however,not to exceed twenty-five percent(25%)of the original amount of this bond without consent of the Su I ty p ( ) Surety. i ICity of Federal Way RFB# 15-007 4 1S'Ave Sat S 328th St Intersection Improvements Pg 53 May 2015 ..( RFB ver. I-IS I Within forty-five(45)days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period,or(b)tender to the City,the amount necessary for the City to remedy the default,including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default,the Surety shall notify the City of its finding and its intent,if any,to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b),then upon completion of the necessary work, I the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph,prior to any interplead action. -1 In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of V3 default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ("USA&M").The Parties shall proportionately share in the II M cost of the mediation. The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street,Seattle,Washington 98101-2327.The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this 29th day of July ,2015, Ithe name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned w. representatives pursuant to authority of its governing body. CORPORATE SEAL: ,, N�A MILES RESOUR 5, ,'C I By / / ♦ r.. :7'' ey —homes Title. V-irp PrPSident I _J Address: 400 VALLEY AVENUE NE I .i PUYALLUP.WA 98372 ````,1111111111UfI,,fj`if viNe ) ti.`_` .• �1 .4�,� = SURETY Liberty Mutual Insurance Company I v '. • 1 y ,�'�•��?a�q. ttor in-Fact '�,,■w l—tt.41 ' ttac 'ower of Attorney) P /h"M""•°"" fifer L.Snyder,Attorney-in-Fact I � Title: -- , Address,'O Box 2940 I .: Tacoma,WA 98401 I 1 • City of Federal Way RFB# 15-007 1s`Ave Sat S 3286 St Intersection Improvements Pg 54 May 2015 J RFB ver. 1-15 .. AS TO CORPORATE SEAL ICERTIFICATES : Notary Public in the state of Washington I hereby certify that I am the (Pssiataa Sec arse c1=the=Coorporatieff Tianaerk as=PritreipaiIR llre IwitMtirr bend; that Jeffrey Thomas , who signed the said bond on behalf of the Principal, was ' Vice Pr e s i.d n t of said Oafpppa ion; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed,ightrattested for and in behalf of said Egr ration by authority of its I71 governing body. L 4,c, ,,,,,,,,,, e,--, 1)t.., 0:,,Liu lk , I 71 NOTARY - PUBLIC § v•Re Notary Public �� 4)0 Angela I -ts- ',,,, VF WAS "h..,g 'I' Notary Public in the State of Washington,County of Pierce I I hereby certify that I am the .1 ' that Jennifer L.Snyder , who signed the said bond on behalf of the Surety, was Attorney-in-Fact of the said Corporation; that I know his or her signature thereto is genuine, and I that said,gpnd,was�duly signed, sealed, and attested for and in behalf of said Corporation by authority of its goverlp I . NOTARY —• a f. . �9PUBI I r "; 4`�''"�?"?,''� �� C/,•% � Karen Swanson,Notary Public Sacratavyusfaikasistetabautatery frn ,,,,,,,,,g o o° r APPROVED AS TO FORM: ri ./"Al.. I "1 • a,/Amy Jo Pearsall, City Attorney HI I _I II i i ICity of Federal Way RFB# 15-007 1 1'Ave S at S 328'St Intersection Improvements Pg 55 May 2015 RFB ver. 1-15 I .THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attdrney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7019866 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Barbara A.Johnson;Brent E.Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L.Jay; Diane M.Harding;Eric A.Zimmerman;Jake Oja;James B.Binder;Jamie Diemer;Jeffrey L.Zimmerman;Jennifer L.Snyder;Julie R.Truitt;Karen Swanson;Kellie Hogan;Kristine A.Lawrence; Lisa M.Anderson;Mandy Keltner;Mitchell R.Smee;Peggy A.Firth;Peter J.Comfort Sandra J.Kulseth;Wyntrene Mace all of the city of Tacoma ,state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of June , 2015 5% ,to cgs, �Y INSU NSUR Nwsuk American Fire and Casualty Company 1 I cps�p oRS '9„ e'dooRCT\39 ,�JP ovoR;,74', 4�'; T"ize The Ohio Casualty Insurance Company N ca a 906 © 0 1919 1912 1991 Liberty Mutual Insurance Company C t s. a West American Insurance Company •N �" ssisLH _‘„,,s,a.b 3� RAMPS a`„. ye.',/,ACNU P:: *,A, AN, ! . z * 4 * * * By: 44/7:4 A David M.Care ssistant Secretary C I 33 STATE OF PENNSYLVANIA ss to 1- COUNTY OF MONTGOMERY C I On this 11th day of June 2015, before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and v v a Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, 2 execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L'E lu > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O 0. I • gP pqS� COMMONWEALTH OF PENNSYLVANIA Q M �Q Q or+w `Ftd Notarial Seal C 4 F„ a s 7 Teresa Pastella,Notary Public gy OF Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public L= L My Commission Expires March 28,2017 t4 c a8+ Member,Pennsylvania Association of Notaries a E co R This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance co O "„ Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: tts ` ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c �,4; to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, ,d' • = acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective •a •a powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so To d Cs. executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >•O the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. -C N c ARTICLE XIII-Execution of Contracts SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E op e and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may necessary to act in behalf of the Company to make,execute, L M 0 'E seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their O C Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so g executed such instruments shall be as binding as if signed by the president and attested by the secretary. p, I—Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this ( day of ` ,. `.7 . ,20 1 Lc. 1,30 CRS, P\TY INSU9 P�,4NSUgq ty 4NStlgr . N.s t "'r .� �( O' 9‹T �J OsoRni;1(, ,,.J cospos4, 4,c ,5,y�tposo,'t'C �e f T,. N�/. to '''81 g 3 �w ° n r>/ -� Z 190& o oc 1914 >1 1912 ° c 1991 c vs ' a� ```.` t! u o b W. z %Q' err? os p1 ';•rt,Assistant Secretary G�h.�HAW—„,,,,,i> J�'yHAMF 0 b y��j 4rSACt+11*. `,� 7J 4vomsa i f�. F` M.es Alb ” 451 of 800 LMS_12873_122013 EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: ALL EMPLOYEES ' ANDTO: Laborers , Operating EngtnePrs , TPamstPrc (Name of Union or Organization) The undersigned currently holds contract(s) with CITY OF FEDERAL WAY involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: ' EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION ' RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION ' This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: _ CHRISTINE MULLEN, P.E. City of Federal Way 33325 8t" Avenue South ' Federal Way, WA 98003 J-ff ey homes , Vice President Miles Resources , LLC ' (Contractor or subcontractor) 7/29/2015 ' Date 1 City of Federal Way RFB# 15-007 1st Ave S at S 328th St Intersection Improvements Pg 56 May 2015 RFB ver. 1-15 EXHIBIT F CERTIFICATE OF INSURANCE 1 1 1 City of Federal Way RFB# 15-007 ' 1st Ave S at S 328th St Intersection Improvements Pg 57 May 2015 RFB ver. 1-15 .Nenur: i I ia:s iKi41,?1 l MIL-C,AIVU 1 YYYY) ACORDTM CERTIFICATE OF LIABILITY INSURANCE „DATE(MM/DO/28/2015 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 IBELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharnel Di Vona Propel Insurance PHONE 253.310.4047 FAX 866.577.1326 Tacoma Commercial Insurance nI oRless: skd @propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Continental Western Ins.Co. -10804 1 INSURED INSURER B:AXIS Surplus Insurance Company 26620 Miles Resources LLC 400 Valley Ave NE INSURER C: Puyallup,WA 98372 INSURER D: I INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER POLICY EFF POLICY M/ EXP) LIMITS (MDD/YYYY) (MM/DD/YYYY I A GENERAL LIABILITY X X CWP2865825 04/01/2015 04/01/2016 EACH OCCURRENCE $1,000,000 DAMAGE Tp RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $100,000 CLAIMS-MADE X OCCUR MED EXP(Any one person) $10,000 X PD Ded:$1,000 PERSONAL&ADV INJURY 000,000 I GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 _ POLICY X PRO LOC $ JECT I AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X X CWP2865825 04/01/2015 04/01/2016 (Ea accident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS $ HIRED AUTOS NON GOWNED PROP RTY AMAGE IA $ A x UMBRELLA LIAB X OCCUR X X CU2865826 04/01/2015 04/01/2016 EACH OCCURRENCE $15,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $15,000,000 I DED X RETENTION$n/a $ WORKERS COMPENSATION WA St0 Ga WO STATU- EOTH AND EMPLOYERS'LIABILITY Y/N Stop Gap: A ANY PROPRIETOR/PARTNER/EXECUTIVE CWP2865825 04/01/2015 04/01/2016 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N N/A I (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 B Contr Pollution X ESZ781387012014 05/29/2014 05/29/2016 $1,000,000/occ. &agg. A Installation Fltr IMC2982131 04/01/2015 04/01/2016 $100,000/$5,000 ded I A Leased/Rented Eq. IMC2982131 04/01/2015 04/01/2016 $500,000/$5,000 ded DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) IRE:1st Ave Sat S 328th St Intersection Improvements. The City of Federal Way, its officers,officials,employees,volunteers,and agents are additional insured per the attached endorsements. 1 , CERTIFICATE HOLDER CANCELLATION City of Federal Way THE SHOULD EXP RATTIIONTHE DATE ABOVE THEREOFE NOT CE BE CANCELLED DEL BEFO 33325 8th Ave South ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way,WA 98003 AUTHORIZED REPRESENTATIVE tHO ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 Of 1 The ACORD name and logo are registered marks of ACORD ____ 1 This page has been left blank intentionally. 1 ' 1 1 1 1 1 1 I1 1 ' 1 1 1 I 1 1 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING I PRIMARY NON-CONTRIBUTORY IThis endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART I A. SECTION II -WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s) when you are obligated by virtue of a written contract or agreement that such person or organization(s) be added as an additional insured to your policy. Such person or organization is an I additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused by "your work" for the additional insured and only to the extent that such "bodily injury", "property damage" or "personal and advertising injury" is caused by your negligence, or the negligence of those performing operations on your behalf, for that additional insured and Iincluded in the "products-completed operations hazard". This insurance does not apply to any additional insured scheduled on your policy by separate endorsement. li I B. LIMITS OF INSURANCE Limits of insurance for such additional insured are the limits in this coverage form or the limits you I and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. C. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to"bodily injury", "property damage" or"personal and advertising injury"arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: I a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to paragraph 3. below, professional services include: I a. Preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or I engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its I employees or its subcontractors in connection with your products-completed operations. D. PRIMARY NON-CONTRIBUTORY When required by virtue of a written contract or agreement, coverage provided to any additional I insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS — COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. I I CL CG 20 48 01 14 Includes Copyrighted material of Insurance Services Page 1 of 1 Office, Inc with its permission I IThis page has been left blank intentionally. I II i L1 I r I I I I I L � I COMMERCIAL GENERAL LIABILITY CL CG 00 13 08 13 ' THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY PLATINUM ENDORSEMENT 11 I This endorsement modifies insurance provided under the following: ' COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS I If SECTION I -COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III - LIMITS I OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. IB. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT I If damage to premises rented to you under Coverage A. is not otherwise excluded from this policy, the following applies: 1. The last paragraph of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III - LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, the greater of: a. $300,000;or b. the Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under COVERAGE A for damages because of"property damage" to 1 any one premises, while rented to you or temporarily occupied by you with the permission of the owner. 3. Paragraph 4.b.(1)(a)(ii) Other Insurance of SECTION IV - COMMERCIAL GENERAL t LIABILITY CONDITIONS is deleted and replaced by the following: (ii) That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the I owner; 4. Paragraph 9.a.of SECTION V- DEFINITIONS is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of I premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 1 of 6 Office,Inc.with its permission i 1 C. LIMITED NON-OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the I following: A watercraft you do not own that is: a. Less than 51 feet long; and Ib. Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS ISECTION I -SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended as follows: 1. The limit of insurance in paragraph 1.b. is increased from $250 to$2,500; and I 2. The limit of insurance in paragraph 1.d. is increased from $250 to$500. E. AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON-CONTRIBUTORY The following is added to Paragraph 2. of SECTION II -WHO IS AN INSURED: e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured on your policy. IWhen required by virtue of a written contract or agreement, coverage provided to any additional insured will be on a primary basis and will not seek contribution from the additional insured's policy. Only the following persons or organizations are additional insureds under this endorsement: I (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (a) Any"occurrence"which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whom you lease I equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s)or organization(s). However, this insurance does not apply to any"occurrence" which takes place after the equipment lease expires. (3) Vendors. Any person or organization, but only with respect to "bodily injury" or I "property damage" arising out of "your products" shown in the Schedule which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: a. The insurance afforded the vendor does not apply to: 1. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; 2. Any express warranty unauthorized by you; I 3. Any physical or chemical change in the product made intentionally by the vendor; jCL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 2 of 6 Office, Inc.with its permission I t4. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; a5. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to.make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; ' 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; I 7. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. ' (4) State Or Political Subdivision - Permits Or Authorizations Relating To Premises. Any state or political subdivision, subject to the following additional provision: rThis insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies: I (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or I (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. I Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. 1 When required by virtue of a written contract or agreement, coverage provided to any additional insured AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON-CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional I insured's policy. F. BROADENED NAMED INSURED-NEWLY ACQUIRED 180 DAYS Paragraph 3. of SECTION II-WHO IS AN INSURED is deleted and replaced by the following: IAny organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. I b. COVERAGE A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF INSURANCE The General Aggregate Limit under SECTION III - LIMITS OF INSURANCE applies separately to each of your: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 3 of 6 Office,Inc.with its permission I 1 1. Projects away from premises owned by or rented to you. 2. "Locations" owned by or rented to you. ' "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. . When paragraph B. Construction Project General Aggregate Limit on form CL CG 00 20 is a I part of this policy, then paragraph G. Aggregate Limits of Insurance of this endorsement does not apply. I H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS: I e. A report of an "occurrence", offense, claim or"suit"to: (1) You, if you are an individual, l (2) A partner, if you are a partnership, (3) An executive officer, if you are a corporation, or (4) A manager, if you are a limited liability company; I is considered knowledge and requires you to notify us of the "occurrence", offense, claim, or"suit"as soon as practicable. We are considered on notice of an "occurrence", offense, claim or "suit" that is reported to If. your Workers' Compensation insurer for an event which later develops into an "occurrence", offense, claim or "suit" for which there is coverage under this policy. However, we will only be considered on notice if you notify us as soon as you know the claim should be addressed I by this policy rather than your Workers' Compensation policy. I. UNINTENTIONAL OMISSIONS I The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to I disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. I This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH II Paragraph 3.of SECTION V- DEFINITIONS is deleted and replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. IK. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8, Transfer Of Rights Of Recovery Against Others To Us of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract requiring such waiver with that person or organization and included in the "products-completed Ioperations hazard". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage I for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. CL CG 00 13 0813 Includes copyrighted material of Insurance Services Page 4 of 6 Office, Inc.with its permission I Paragraph K.WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS does not apply if another waiver of transfer of rights of recovery against others is endorsed separately to this policy. ' L. OTHER INSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or limit of insurance in the policy applies to loss or damage insured by this coverage. M. NON-EMPLOYMENT DISCRIMINATION LIABILITY(DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising injury" SECTION V - DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non-employment discrimination. Non-employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by ' any federal, state or local statutes, rules or regulations. Non-employment discrimination does not include violation of civil rights arising out of past, present or prospective employment. Our obligation under the Personal and Advertising Injury Liability Coverage to pay non- 111 employment discrimination liability damages on your behalf applies only to the amount of damages in excess of$5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. ' The most we will pay for all damages for non-employment discrimination is $15,000 annual aggregate. No other liability to pay sums or perform acts or services is covered. Supplemental Payments - Coverages A and B do not apply to non-employment discrimination coverage. N. ADDITIONAL INSURED- OWNERS, LESSEES OR CONTRACTORS OR OTHERS-AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY ' 1. SECTION II -WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional ' insured on your policy. Such person or organization is an additional insured only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused by your ongoing operations for the additional insured and only to the extent that such "bodily injury", "property damage" or "personal and advertising injury" is caused by your negligence or the negligence of those performing operations on your behalf. This insurance does not apply to "bodily injury", "property damage", "personal and advertising injury" included within the "products-completed operations hazard". This insurance does not apply to any additional insured scheduled on your policy by separate endorsement 2. Limits of Insurance Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. 3. Exclusions A. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 5 of 6 Office, Inc.with its permission Ia. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and I b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3. below, professional services include: I a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and I b. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, I techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. 1 B. "Bodily injury" or"property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or l 2. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. I4. Primary Non-Contributory When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - 1 ONGOING OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. I I I I 1 1 1 ICL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 6 of 6 Office,Inc.with its permission I Miles Resources LLC I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ CAREFULLY EA E REA I T GARE UL Y 1 COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM IThis endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM IThe following provides a broad range of coverage in addition to that provided by the basic policy. In some instances, a higher limit or broader coverage is available. Should the policy Indicate broader I coverage or higher limits than provided by this endorsement, the higher limits or broader coverage shall apply. A. BROADENED NAMED INSURED (2) A person's or organization's status The Named Insured shown in the Declarations is as an additional insured exists only amended to include: while you are performing operations for that additional insured. I Any organization,other than a joint venture, over (3) Section II, Paragraph C. Limits of which you maintain ownership or majority inter- Insurance for person or organization est of more than 50%, unless that organization added as additional insured are is an "insured" under any other automobile poll- those specified in the written con- cy or would be an "insured" under such a policy tract or agreement, or in this cover- but ev the exhaustion of its Limit of Insurance, age form, whichever is less. These however; limits of insurance are inclusive of 1. Coverage under this provision is afforded and are not in addition to the Limits I only until the 180th day after you acquire or of Insurance shown In the Declara- form the organization or the end of the policy tions. period,whichever is earlier. (4) This insurance applies on a primary 2. Coverage does not apply to"bodily injury"or and non-contributory basis if that is "property damage" that occurred before you required by the written contract or acquired or formed the organization. agreement. I B. ADDITIONAL INSURED BY CONTRACT OR (5) This insurance does not apply un- AGREEMENT less the written contract or agree- The following is added to Section II - Liability ment has been executed prior to the Coverage, Paragraph A.1.: bodily injury"or"property damage". , I d. Any person or organization for whom you C. ADDITIONAL INSURED-EMPLOYEES are performing operations if you and such The following is added to the Section II—Liability person or organization have agreed in writ- Coverage, Paragraph Al. Who Is An Insured 111 ing in a contract or agreement that such Provision: person or organization be added as an addi- Any "employee" of yours is an Insured"while us- tional insured on your policy. ing a covered "auto"you don't own, hire or borrow I (1) Such person or organization is an additional insured only with respect in your business or your personal affairs. D D. EXTENDED COVERAGE-BAIL BONDS to liability for"bodily injury'or"prop- erty damage": Section II — Liability Coverage, Paragraph I A.2.a.(2). is deleted and replaced by the follow- (a) Caused by an"accident",and ing: (b) Resulting from the ownership, (2) Up to $5,000 for cost of bail bonds maintenance or use of a cov- (including bonds for related traffic I eyed "auto". law violations) required because of an "accident" we cover. We do not have to furnish these bonds. I CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 1 of 5 Office, Inc.,with its permission I I E. EXTENDED COVERAGE - LOSS OF EARN- J. LEASED OR FINANCED "AUTOS" - PHYSI- ING CAL DAMAGE COVERAGE 1 Section H — Liability Coverage, Paragraph The following is added to Section III — Physical A.2.a.(4) is deleted and replaced by the follow- Damage Coverage, Paragraph C. ing. 4. In the event of a total "loss" to a covered I (4) All reasonable expenses incurred by "auto", we will pay any unpaid amount due the "insured" at our request, includ- on the lease or loan for a covered "auto", ing actual loss of earning up to$500 less: ' a day because of time off from work. a. The amount under the Physical Damage F. FELLOW EMPLOYEE COVERAGE Coverage section of the policy;and The Fellow Employee Exclusion contained in b. Any: I Section II —Liability Coverage does not apply. (1) Overdue lease/loan payments at the This coverage is excess over any other collect- able insurance. time of the"loss"; (2) Financial penalties imposed under a 1G. AUTO MEDICAL PAYMENTS COVERAGE -INCREASED LIMIT lease for excessive use, abnormal wear and tear or high mileage; If the "insured" is wearing a seat belt at the time (3) Security deposits not returned by I an."accident" occurs, the LIMIT OF INSUR- ANCE for AUTOMOBILE MEDICAL PAYMENTS the lessor; COVERAGE shown in the Declarations will be (4) Costs for extended warranties, double the limit shown. All other terms and con- Credit Life Insurance, Health, AocI- ' ditions applicable to MEDICAL PAYMENTS re- main dent or Disability Insurance pur- unchanged. chased with the loan or lease;and H. COVERAGE EXTENSION AS A CONSE- (5) Carry-over balances from previous QUENCE OF THEFT OF AN "AUTO" loans or leases. 1. Transportation Expense K. GLASS DEDUCTIBLE Section III — Physical Damage Coverage, Section III — Physical Damage Coverage, Para- I Paragraph A.4.a. is deleted and replaced by graph D. is deleted and replaced by the follow- the following: ing: a. We will also pay up to $75 per day to a D. DEDUCTIBLE I maximum of $2,500 for temporary transportation expense incurred by you For each covered "auto" our obligation to because of the total theft of a covered pay for, repair, return or replace damaged or "auto" of the "private passenger type" stolen property will be reduced by the appli- ' We will pay only for those covered "au- cable deductible shown in the Declarations. "au- tos' for which you carry either Compre- Any Comprehensive Coverage deductible hensive or Specified Causes of Loss shown in the Declarations does not apply to: Coverage. We will pay for temporary 1. "Loss"caused by fire or lightning;or I transportation expenses incurred during 2. "Loss"when you elect to patch or repair the period beginning 48 hours after the glass rather than replace. theft and ending, regardless of the poli- cy's expiration, when the covered "auto" L. EXTENDED COVERAGE - ELECTRONIC Icy's is returned to use or we pay for its EQUIPMENT "loss". Paragraph C.2.a. Limits of Insurance of Section We will also pay reasonable and neces- Ill—Physical Damage Coverage is deleted.: I sary expenses to facilitate the return of the stolen"auto"to you. We will pay with respects to a covered"auto"for loss"to antennas and other accessories feces- I. EXTENDED COVERAGE-AIRBAGS sary for use of the electronic equipment. How- ' Section III — Physical Damage Coverage, Para- ever, this does not include tapes, records or graph 8.3.a. does not apply to the unintended discs. discharge of an airbag. Coverage is excess I over any other collectible insurance or warranty specifically designed to provide coverage. I CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 2 of 5 Office, Inc.,with its permission I EXTENDED COVERAGE - - M. XT NDED OVERAGE PERSONAL EF- P. PHYSICAL DAMAGE COVERAGE HIRED FECTS "AUTOS IThe following is added to Section HI — Physical You may extend the Comprehensive, Specified . Damage Coverage, Paragraph A.4.: Causes of Loss and Collision coverages provid- ed on your owned "autos" to any "auto" you ' cov- ered "auto" may be extended to"loss"to lease, rent, hire or borrow from someone other your personal property or, if you are an than your employees or partners or members of individual, the personal property of a their households subject to the following: I family member, that is in the covered "auto"at the time of"lass". 1. The most we will pay in any one "loss"is the least of $100,000, the actual cash value of The most we will pay for any one "loss" the"auto"or the cost to repair or replace the i under this coverage extension is$500. "auto", except that such amount will be re- duced by a deductible to be determined as N. TOWING AND LABOR COVERAGE follows: Section HI -- Physical Damage Coverage, Para- a. The deductible shall be equal to the I graph A.2. is deleted and replaced by the follow- amount of the highest deductible shown follow- ing: for any owned "auto"of the same classi- fication for that coverage. In the event If a private passenger type "auto" or light truck there is no owned "auto" of the same I "auto" (0-10,000 Lbs. GVW) is provided both classification, the highest deductible for Comprehensive and Collision Coverage, we will any owned "auto"will apply for that cov- pay up to $150 for towing and labor costs in- curred each time such "auto" is disabled. If a era g e. I medium, heavy or extra-heavy truck or extra- b. No deductible will apply to"loss"caused heavy Truck-tractor "auto" (greater than 10,000 by fire or lightning. Lbs. GVW)is provided both Comprehensive and 2. Coverage provided under this extension will: Collision Coverage, we will pay up to $250 for I towing and labor costs incurred each time such a. Be excess over any other collectible "auto" is disabled. However, the labor must be insurance; performed at the place of disablement. b. Pay, in addition to the limit set forth in I O. EXTENDED COVERAGE - CUSTOMIZED FURNISHINGS P.1. above, up to $500 per day, not to exceed$3,500 per loss"for: The following is added to Section III — Physical (1) Any costs or fees associated with I Damage Coverage, Paragraph A.4.: the"loss"to a hired"auto";and e. Physical Damage Coverage on a cow (2) Loss of use, provided it is the con- ered"auto"may be extended to"loss"to sequence of an "accident" for which I custom furnishings including, but not you are legally liable,and as a result limited to special carpeting and insula- of which a monetary loss is sus- tion, height-extending roofs,and custom tained by the teasing or rental con- murals, paintings, or other decals or cern. I graphics, custom signage and custom non-factory paint. Q. RENTAL REIMBURSEMENT COVERAGE Our limit of liability for loss to custom We will pay for rental reimbursement expenses furnishings shall be the least of: incurred by you for the rental of an "auto" be- cause of"loss"to a covered"auto". (1) Actual cash value of the stolen or damaged property; 1. Payment applies in addition to the otherwise applicable amount of each coverage you I (2) Amount necessary to repair or re- have on the covered"auto". place the property; or 2. No deductible applies to this coverage. (3) $1,000 3. We will pay only for those expenses incurred I This coverage extension does not apply during the policy period beginning 24 hours to electronic equipment. after the"loss"and ending, regardless of the expiration date of the policy, with the lesser of the following: I I CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 3 of 5 Office,Inc.,with its permission I a. When the covered "auto" has been re- (b) Any"auto"used by that individual I paired or replaced,or or his or her spouse while working b. When the total amount paid under this in a business of selling, servicing, " " coverage extension reaches$2,500. repairing or parking autos . 2. Changes in Auto Medical Payments And I 4. Our payment is limited to the lesser of the following amounts: Uninsured And Underinsured Motorists • Coverages a. Necessary and actual expenses in- The following Is added to Who Is An Insured: curred. I Any individual named in R.1.a and his or her b. Not more than$75 per day. "family members"are "Insured"while "occupy- 5. We will pay up to an additional$300 for the ing" or while a pedestrian when being struck by any"auto"you don't own except: reasonable and necessary expenses you in- cur cur to remove your materials and equipment Any "auto" owned by that individual or by any from the covered "auto" and replace such "family member". materials and equipment on the rental "au- 3. Changes In Physical Damage Coverage Ito". Any private passenger type "auto" you don't fi. This coverage does not apply while there own, hire or borrow is a covered"auto"while In are spare or reserve"autos"available to you the care, custody or control of any Individual I for your operations. named in R.1.a or his or her spouse while a 7. If"loss" results from the total theft of a coy- resident of the same household except: ered "auto" of the "private passenger type", a. Any "auto" owned by that individual or by we will pay under this coverage only that any member of his or her household. amount of your rental reimbursement ex- penses which is not already provided for un- b• Any "auto" used by that Individual or his or her spouse while working in a business of der the Physical Damage Coverage Exten- selling, servicing, repairing or parking "au- I Sion. tos". R. DRIVE OTHER CAR COVERAGE 4. The most we will pay for the total of all dam- 1. Changes in Liability Coverage ages under LIABILITY COVERAGE, AUTO ' a. Any"auto"you don't own, hire or borrow Is MEDICAL PAYMENTS, UNINSURED MO- TORISTS COVERAGE and UNDERIN- a covered "auto" for Liability Coverage SURER MOTORISTS COVERAGE is the while being used by: LIMIT OF INSURANCE shown in the Decla- I (1) You, if you are designated in the rations as applicable to owned "autos". Declarations as an individual; 5. Our obligation to pay for, repair, return or (2) Your partners or members, if you replace damaged or stolen property under I . are designated in the Declarations PHYSICAL DAMAGE COVERAGE, will be as a partnership or joint venture; reduced by a deductible equal to the amount of the largest deductible shown for any (3) Your members or managers, if you owned private passenger type "auto" appli- are designated in the Declarations cable to that coverage. If there are no as a limited liability company; owned private passenger type "autos", the (4) Your "executive officers", if you are deductible shall be $50 for Comprehensive designed in the Declarations as an Coverage and $100 for Collision Coverage. I organization other than an individu- al, No deductible will apply to "loss" caused by partnership, joint venture or lim- fire or lightning. ited liability company;and E. Additional Definition . (5) The spouse of any person named in As used in this section; R. DRIVE OTHER R.1,a,1. through R.1.a,(4) while a CAR COVERAGE: resident of the same household. "Family member" means a person related to Iexcept: rage or adoption who is a residentbof the indi- (a)Any auto awned by that individu vidual's household, including a ward or foster al or by any member of his or child. Iher household. I CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 4 015 Office,Inc.,with its permission IS. KNOWLEDGE OF OCCURRENCE T. WAIVER OF SUBROGATION BY CONTRACT I The following is added to Section IV— Business OR AGREEMENT Auto Conditions, Paragraph A.2.: The following is added to Section IV- Business d. Notice of an "accident" or "loss" will be Auto Conditions, Paragraph A.S.: considered knowledge of yours only if We waive any right of recovery we may have I reported to you, if you are an individual, against any "insured" provided coverage under a partner, an executive officer or an em- this endorsement under B., ADDITIONAL IN- ployee designated by you to give us SURED BY CONTRACT OR AGREEMENT, but I such notice. only as respects "loss" arising out of the opera- e. Notice of an "accident"or "loss" to your opera- tion, maintenance or use of a covered "auto" Workers Compensation insurer, for an pursuant to the provisions or conditions of the event which later develops into a claim written contract or agreement. Ifor which there is coverage under this U. UNINTENTIONAL OMISSIONS policy, shall be considered notice to us, The following is added Section IV - Business but only if we are notified as soon as Auto Conditions, Paragraph B,2.: I you know that the claim should be ad- dressed by this policy, rather than your We will not deny coverage under this policy if Workers Compensation policy. you fail to disclose all hazards existing as of the f. Your rights under this policy shall not be inception date of the policy, provided such fail- prejudiced if you fail to give us notice of ure is not intentional. an "accident" or "loss", solely due to V LIBERALIZATION your reasonable and documented belief I that the event is not covered by this pot- If we revise this endorsement to provide greater icy coverage without additional premium charge,we will automatically provide the additional cover- The following is added to Section IV--Busi- age to all endorsement holders as of the day the I ness Auto Conditions,Paragraph 2.b.: revision is effective in your state. (6) Knowledge of the receipt of docu- ments concerning a claim or "suit" I will be considered knowledge of yours only if receipt of such docu- ments is known to you, if you are an individual, a partner, an executive officer or an employee designated ' by you to forward such documents to us. 1 1 I I CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 5 of 5 Office,Inc.,with its permission y Iw ac) o Z" m v) ar co co 0 ' Cf co o P Po 1 II 1 <. `" EXHIBIT G CITY OF FEDERAL WAY Bond No. 023033120 M PERFORMANCE/PAYMENT BOND IKNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned Miles Resources, LLC, ("Principal")and Liberty Mutual Insurance Company I1 the undersigned corporation organized and existing under the laws of the State of Massachusetts and legally doing business in the State of Washington as a surety ("Surety"), are held and firmly bonded unto 1 the City of Federal Way, a Washington municipal corporation ("City") in the penal sum of One Million Two I Hundred Three Thousand Forty Dollars and 13/100 ($1,203,040.13) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns,jointly and severally. P This obligation is entered into an Agreement with the City dated , 2015 for 15t Ave S I `i at S 328th St Intersection Improvements. __ NOW,THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within I the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all „ persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents,employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement I within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. 1.-- And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, I alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby L.] waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to Ithe Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be I paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the Surety. ' Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a)cure the default I itself within a reasonable time period, or(b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City,or(c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City j of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, I according to the option it has elected. Should Surety elect option (a)to cure the default,the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety I shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the j Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. 1 In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of . default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with City of Federal Way RFB# 15-007 { 1 1'Ave S at S 328th St intersection Improvements Pg 58 May 2015 ._ RFB ver. 1-15 the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall I . } proportionately share in the cost of the mediation.The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101-2327. The Surety shall not interplead prior to completion of the mediation. DATED this29thday of July , 2015 . ri CORPORATE SEAL OF PRINCIPAL: MILES RESOURCES, C Ii N/A c By / I ' ( i a fl QC'er n Executing Bond) ,. M R Its: Jeffrey Thomas , Vice President G ��,••,.•••.,,,F/ ,, (Title) I ;,�. :d NOTARY 400 VALLEY AVENUE NE ti .4 • 4 z :- PUYALLUP, WA 98372 I PUBL0 .'"∎, (253) 383-3585 ' ".�F , ,, �� CERTIFI TE AS TO CORPORATE SEAL ,���''Of�WPS'��`` Notary Public in the state of Washington I I hereby certify that I am the(Assistant Secretary ef-the E rporation flamed-as-Principatin the within-bond; that Jeffrey Thomas , who signed the said bond on behalf of the Principal,was rl _ Vice President of the said a iorr; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, anti aested for and in behalf of said€erpeeretion by authority of its governing body. LLC ti 1 Icria?')- Assistailelilatiry Angela M. Reis , Notary Public I d. ��CORPORATE SEAL OF SURETY: f SUR'1 Liberty Mutu., nsurance Company ' ' � Attor - -in-'.ct ' I : .r, ® •tCa (A ,- Po -r of Attorney) . i• .,,;j9% ra, 4t. ,,, - J- P- . S d- 1 -,, ••;,,,,, 't 44.1- : (Nam of Person Executing Bond) gg ��` PO Box 2940 ' ' Tacoma, WA 98401 I ? (Address) .. ..11 . .. . . __.. _ . (253) 759-2200 ,i (Phone) I1 APPROVED AS TO FSRM: __..1 1/1/0/fr!!0•11.5.— Ii Amy Jo Pearsall, City Attorney City of Federal Way RFB# 15-007 1 1st Ave S at S 328'h St Intersection Improvements Pg 59 May 2015 j RFB ver. 1-15 I THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7019886 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the°Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Barbara A.Johnson;Brent E.Heilesen;Carley Espiritu;Christopher Kinyon;Cynthia L.Jay;Diane M.Harding;Eric A.Zimmerman;Jake Oja;James B.Binder;Jamie Diemer;Jeffrey L.Zimmerman;Jennifer L.Snyder;Julie R.Truth;Karen Swanson;Kellie Hogan;Kristine A.Lawrence; Lisa M.Anderson;Mandy Keltner;Mitchell R.Smee;Peggy A.Firth;Peter J.Comfort Sandra J.Kulseth;Wyntrene Mace all of the city of Tacoma ,state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of June , 2015 . >+ 040 cASo ��v Ins INS ,,ti, American Fire and Casualty Company °p I 2F'„pRar�e�. yJP65i,90R4�4.y aJP(o 0,14i4.i ,z ° rF The Ohio Casualty Insurance Company N Liberty Mutual Insurance Company m < 1906 0 o 1919 n > 1912 ° ` 1991 c N b West merican Insurance Company H �b��v4M�RFCa 35. '''',,,64'IF `�'j4SACHO 4`a jv°,nN" t ^eywf /' = CO STATE OF PENNSYLVANIA SS David M.Care ,Assistant Secretary c COUNTY OF MONTGOMERY _ c IL. 0 On this 11th day of June , 2015, before me personally appeared David M. Carey,who acknowledged himself to be the Assistant Secretary of American Fire and 31._ v 0 Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized so to do, R execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. bus > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting,Pennsylvania,on the day and year first above written. O Q pA$r COMMONWEALTH OF PENNSYLVANIA Q 0 4�40,aNwE 4`c Notarial Seal /2 t !4 /q�t p en en l�u Y"s y Teresa Restate,Notary Public BIn i • OF Plymouth Twp.,Montgomery County Teresa Pastella,Notary Public My Commission Expires March 28,2017 as I if O 4:44,,v Member,Pennsylvania Association of Notaries a E RY 03 w to This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty Insurance W e ,,,,, Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: _o Iii Ias co ARTICLE IV-OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject O c E. to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, >1 • C acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective .6 N powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so To- 0o• executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under >o I"" I the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. N • c ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, E - E and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, ...M IO is seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth in their G Q Z v respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so V r executed such instruments shall be as binding as if signed by the president and attested by the secretary. 01 Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- I—e- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Companys Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy.;' •.wer of Attorney executed by said Companies,is in full force and effect and has not been revoked. ,vt • , Lb IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this r day of C 1 �iyy,.. ,20 . ,0 CASU .,'tY INSU �1NSUk NtNSUR ' y °� Qk ,O,P Pq.%H<1 vJ4oR°oR4TE.olym J�� °R.4%o, ,e ° ,y�� r `O� C! :i/ a 1906 n o 1919 n( > 1912 ° I c 1991 By : 3.ii� u 3 % �P� 3 a° ,i1 ae ;$a si ant Secretary cy.1„hAM. .... SHAM."w..D �i�gSSACHSJ5 te'`r *AOC" �2 t ��7i i w.4-...O.., . - . `1 4/,,,-.�,y` d At,\ . "t`'OYy' 471 of 800 LMS_12873_122013 I EXHIBIT H ITITLE VI ASSURANCES During the performance of this contract, the contractor/consultant, for itself, its assignees and Isuccessors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non-discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of I Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. I2. Non-discrimination The contractor, with regard to the work performed by it during the contract, shall not I discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub-contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the I Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. I3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for I work to be performed under a sub-contract, including procurement of materials or leases of equipment, each potential sub-contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non-discrimination on Ithe grounds of race, color, sex, or national origin. 4. Information and Reports IThe contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other I sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or Ithe USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. I5. Sanctions for Non-compliance In the event of the contractor's non-compliance with the non-discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may Idetermine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and/or; Cancellation, termination, or suspension of the contract, in whole or in part I City of Federal Way RFB# 15-007 II s`Ave S at S 328th St Intersection Improvements Pg 60 May 2015 RFB ver. 1-15 I 6. Incorporation of Provisions hs (1) through (5) in every sub- contract, contractor shall include the provisions of paragrap ( ) g ( ) ry contract, including procurement of materials and leases of equipment, unless exempt by the I Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that I in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the IUSDOT enter into such litigation to protect the interests of the United States. I I I I I I I I I City of Federal Way RFB# 15-007 1st Ave S at S 328`h St Intersection Improvements Pg 61 May 2015 RFB ver. 1-15 1 1 AMENDMENTS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 I2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the ' 4 2014 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS ' 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational ' 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard ' 14 Specifications and may include references which do not apply to this particular project. 15 16 1-01.AP1 17 Section 1-01, Definitions and Terms 18 August 4, 2014 19 1-01.3 Definitions 20 The definition for"Engineer" is revised to read: ' 21 22 The Contracting Agency's representative who directly supervises the engineering and 23 administration of a construction Contract. ' 24 25 The definition for"Inspector" is revised to read: 26 27 The Engineer's representative who inspects Contract performance in detail. 28 29 The definition for"Project Engineer" is revised to read: 30 ' 31 Same as Engineer. 32 33 The definition for"Working Drawings" is revised to read: I34 35 Drawings, plans, diagrams, or any other supplementary data or calculations, including a 36 schedule of submittal dates for Working Drawings where specified, which the Contractor I. 37 must submit to the Engineer. 38 39 1-02.AP1 I40 Section 1-02, Bid Procedures and Conditions 41 April 7, 2014 42 1-02.8(1) Noncollusion Declaration 43 The third paragraph is revised to read: 44 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 Therefore, by including the Non-collusion Declaration as part of the signed bid Proposal, 2 the Bidder is deemed to have certified and agreed to the requirements of the 3 Declaration. 4 5 1-03.AP1 6 Section 1-03, Award and Execution of Contract 7 January 5, 2015 8 1-03.3 Execution of Contract 9 The first paragraph is revised to read: 10 11 Within 20 calendar days after the Award date, the successful Bidder shall return the 12 signed Contracting Agency-prepared Contract, an insurance certification as required by 13 Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4, and 14 shall be registered as a contractor in the state of Washington. 15 16 1-03.4 Contract Bond 17 The last word of item 3 is deleted. 18 19 Item 4 is renumbered to 5. 20 21 The following is inserted after item 3 (after the preceding Amendments are applied): 22 I 23 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the. 24 project under titles 50, 51, and 82 RCW; and 25 26 1-03.5 Failure to Execute Contract 27 The first sentence is revised to read: 28 29 Failure to return the insurance certification and bond with the signed Contract as 30 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's 31 Business Enterprise information if required in the Contract, or failure or refusal to sign 32 the Contract, or failure to register as a contractor in the state of Washington shall result 33 in forfeiture of the proposal bond or deposit of this Bidder. 34 35 1-04.AP1 36 Section 1-04, Scope of the Work 37 August 4, 2014 1 38 1-04.4 Changes 39 In the third paragraph, item number 1 and 2 are revised to read: 40 41 A. When the character of the Work as altered differs materially in kind or nature from 42 that involved or included in the original proposed construction; or 43 44 B. When an item of Work, as defined elsewhere in the Contract, is increased in excess 45 of 125 percent or decreased below 75 percent of the original Contract quantity. For 46 the purpose of this Section, an item of Work will be defined as any item that qualifies I 47 for adjustment under the provisions of Section 1-04.6. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 I 1 I 2 The last two paragraphs are deleted. 3 4 This section is supplemented with the following new subsections: 5 111 6 1-04.4(2) Value Engineering Change Proposal (VECP) 7 8 1-04.4(2)A General I 9 A VECP is a Contractor proposed change to the Contract Provisions which will 10 accomplish the projects functional requirements in a manner that is equal to or 11 better than the requirements in the Contract. The VECP may be: (1)at a less cost I 12 13 or time, or(2)either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by 14 the Contractor and Contracting Agency. I15 16 The Contractor may submit a VECP for changing the Plans, Specifications, or other 17 requirements of the Contract. The Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or I18 19 otherwise subject to litigation. 20 21 The VECP shall meet all of the following: I22 23 1. Not adversely affect the long term life cycle costs. 24 I 25 2. Not adversely impact the ability to perform maintenance. 26 27 3. Provide the required safety and appearance. I 28 29 4. Provide substitution for deleted or reduced Disadvantaged Business 30 Enterprise Condition of Award Work, Apprentice Utilization and Training. I 31 32 VECPs that provide a time reduction shall meet the following requirements: 33 . I 34 1. Time saving is a direct result of the VECP. 35 36 2. Liquidated damages penalties are not used to calculate savings. 37 I 38 3. Administrative/overhead cost savings experienced by either the Contractor 39 or Contracting Agency as a result of time reduction accrue to each party 40 . and are not used to calculate savings. I 41 42 1-04.4(2)B VECP Savings 43 I 44 45 1-04.4(2)B1 Proposal Savings The incentive payment to the Contractor shall be one-half of the net savings of 46 the proposal calculated as follows: I 47 48 1. (gross cost of deleted work)—(gross cost of added work) = (gross 49 savings) 50 I51 2. (gross savings)—(Contractor's engineering costs)—(Contracting 52 Agency's costs) = (net savings) 1 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/16 1 2 3. (net savings)/2= (incentive pay) 3 4 The Contracting Agency's costs shall be the actual consultant costs billed to 5 the Contracting Agency and in-house costs. Costs for personnel assigned to 6 the Engineer's office shall not be included. 7 8 1-04.4(2)B2 Added Costs to Achieve Time Savings 9 The cost to achieve the time savings shall be calculated as follows: I 10 11 1. (cost of added work) + (Contractor's engineering costs -Contracting 12 Agency's engineering costs) = (cost to achieve time savings) , 13 14 2. (cost to achieve time savings)/2 = (Contracting Agency's share of 15 added cost) 16 17 If the timesaving proposal also involves deleting work and, as a result, creates 18 a savings for the Contracting Agency, then the Contractor shall also receive 19 one-half of the savings realized through the deletion. 20 21 1-04.4(2)C VECP Approval 22 23 1-04.4(2)C1 Concept Approval 24 The Contractor shall submit a written proposal to the Engineer for 25 consideration. The proposal shall contain the following information: ' 26 27 1. An explanation outlining the benefit provided by the change(s). 28 29 2. A narrative description of the proposed change(s). If applicable, the 30 discussion shall include a demonstration of functional equivalency or a 31 description of how the proposal meets the original contract scope of 32 work. 33 34 3. A cost discussion estimating any net savings. Savings estimates will 35 generally follow the outline below under the section, "Proposal 36 Savings". 37 I 38 4. A statement providing the Contracting Agency with the right to use all 39 or any part of the proposal on future projects without future obligation 40 or compensation. 41 I 42 5. A statement acknowledging and agreeing that the Engineer's decision 43 to accept or reject all or part of the proposal is final and not subject to 44 arbitration under the arbitration clause or otherwise be subject to 45 claims or disputes. 46 47 6. A statement giving the dates the Engineer must make a decision to 48 accept or reject the conceptual proposal, the date that approval to 49 proceed must be received, and the date the work must begin in order 50 to not delay the contract. If the Contracting Agency does not approve 51 the VECP by the date specified by the Contractor in their proposal the I 52 VECP will be deemed rejected. 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 I 1 2 7. The submittal will include an analysis on other Work that may have I 3 costs that changed as a result of the VECP. Traffic control and 4 erosion control shall both be included in addition to any other impacted 5 Work. 6 7 After review of the proposal, the Engineer will respond in writing with 8 acceptance or rejection of the concept. This acceptance shall not be 1 9 construed as authority to proceed with any change contract work. Concept 10 approval allows the Contractor to proceed with the Work needed to develop 11 final plans and other information to receive formal approval and to support I 12 preparation of a change order. 13 14 1-04.4(2)C2 Formal Approval I 15 The Contractor's submittal to the Engineer for formal approval shall include the 16 following: 17 I 18 1. Deleted Work—Include the calculated quantities of unit price Work to 19 be deleted. Include the proposed partial prices for portions of lump 20 sum Work deleted. For deletion of force account items include the 21 time and material estimates. I22 23 2. Added Work— Include the calculated quantities of unit price Work to 1 24 be added, either by original unit Contract prices or by new, negotiated ' 25 unit prices. For new items of Work include the quantities and 26 proposed prices. 27 1 28 3. Contractor's Engineering Costs—Submit the labor costs for the 29 engineering to develop the proposal; costs for Contractor employees 30 utilized in contract operations on a regular basis shall not be included. I 31 32 4. Schedule Analysis—If the VECP is related to time savings, the 33 Contractor shall submit a partial progress schedule showing the I 34 changed Work. The submittal shall also include a discussion 35 comparing the partial progress schedule with the approved progress 36 schedule for the project. 37 I38 5. Working Drawings—Type 3 Working Drawings shall be submitted; 39 those drawings which require engineering shall be a Type 3E. 40 41 Formal approval of the proposal will be documented by issuance of a change 42 order. The VECP change order will contain the following statements which the 43 Contractor agrees to by signing the change order: I 44 45 1. The Contractor accepts design risk of all features, both temporary and • 46 permanent, of the changed Work. I 47 48 2. The Contractor accepts risk of constructability of the changed Work. 49 50 3. The Contractor provides the Contracting Agency with the right to use I 51 all or any part of the proposal on future projects without further 52 obligation or compensation. I II AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 2 VECP change orders will contain separate pay items for the items that are 3 applicable to the Proposal. These are as follows: 4 5 1. Deleted Work. 6 7 2. Added Work. 8 9 3. The Contractor's engineering costs, reimbursed at 100 percent of the I 10 Contractor's cost. 1,1 12 4. Incentive payment to the Contractor. 13 14 When added Work costs exceed Deleted Work costs, but time savings make a 15 viable proposal, then items 3 and 4 above are replaced with the following: 16 17 3. The Contracting Agency's share of added cost to achieve time 18 savings. 19 20 4. The Contractor's share of savings from deleted Work. 21 22 1-04.4(2)C3 Authority to Proceed with Changed Work 23 The authority for the Contractor to proceed with the VECP Work will be 24 provided by one of the following options: 25 26 1. Execution of the VECP change order, or 27 28 2. At the Contractor's request the Contracting Agency may provide 29 approval by letter from the Engineer for the Work to proceed prior to 30 execution of a change order. All of the risk for proceeding with the 31 VECP shall be the responsibility of the Contractor. Additionally, the I 32 following criteria are required to have been met: 33 34 a) Concept approval has been granted by the Contracting Agency. 35 36 b) All design reviews and approvals have been completed, including 37 plans and specifications. 38 39 c) The Contractor has guaranteed, in writing, the minimum savings 40 to the Contracting Agency. 41 1 42 1-05.AP1 43 Section 1-05, Control of Work , 44 August 4, 2014 45 1-05.1 Authority of the Engineer 46 In this section, "Project Engineer" is revised to read "Engineer". 47 48 The second paragraph (up until the colon) is revised to read: 49 50 The Engineer's decisions will be final on all questions including the following: 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 II 2 The first sentence in the third paragraph is revised to read: 3 4 The Engineer represents the Contracting Agency with full authority to enforce Contract 5 requirements. N6 7 1-05.2 Authority of Assistants and Inspectors 8 The first paragraph is revised to read: I 9 10 The may Engineer appoint assistants and Inspectors to assist in determining that the 9 Y pp P 11 Work and materials meet the Contract requirements. Assistants and Inspectors have ' 12 the authority to reject defective material and suspend Work that is being done 13 improperly, subject to the final decisions of the Engineer. 14 I 15 In the third paragraph, "Project Engineer"is revised to read "Engineer". 16 17 1-05.3 Plans and Working Drawings I 18 This section's title is revised to read: 19 • 20 Working Drawings 21 ' 22 This section is revised to read: 1 23 24 The Contract may require the Contractor to submit Working Drawings for the I25 performance of the Work. Working Drawings shall be submitted by the Contractor 26 electronically to the Engineer in PDF format; drawing details shall be prepared in 27 accordance with conventional detailing practices. If the PDF format is found to be I 28 unacceptable, at the request of the Engineer, the Contractor shall provide paper copies 29 of the Working Drawings with drawings on 11 by 17 inch sheets and calculationsftext on 30 8%by 11 inch sheets. I 31 32 Working Drawings will be classified under the following categories: 33 I 34 35 1. Type 1 —Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work 36 represented by the submittal begins. 37 I 38 2. Type 2 Submitted for Contracting Agency review and comment. Unless 39 otherwise stated in the Contract, the Engineer will require up to 20 calendar 40 days from the date the Working Drawing is received until it is returned to the 41 Contractor. The Contractor shall not proceed with the Work represented by the 42 Working Drawing until comments from the Engineer have been addressed. 1 43 I 44 3. Type 2E —Same as a Type 2 Working Drawing with Engineering as described 45 below. 46 I 47 48 4. Type 3—Submitted for Contracting Agency review and approval. Unless otherwise stated in the Contract, the Engineer will require up to 30 calendar 49 days from the date the Working Drawing is received until it is returned to the ' 50 Contractor. The Contractor shall obtain the Engineer's written approval before 51 proceeding with the Work represented by the Working Drawing. 52 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 5. Type 3E—Same as a Type 3 Working Drawing with Engineering as described 2 below. 3 4 All Working Drawings shall be considered Type 3 Working Drawings except as 5 specifically noted otherwise in the Contract. Unless designated otherwise by the 6 Contractor, submittals of Working Drawings will be reviewed in the order they are 7 received by the Engineer. In the event that several Working Drawings are received 8 simultaneously, the Contractor shall specify the sequence in which they are to be 9 reviewed. If the Contractor does not submit a review sequence for simultaneous I 10 Working Drawing submittals, the review sequence will be at the Engineer's discretion. 11 12 Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by(or 13 under the direction of)a Professional Engineer, licensed under Title 18 RCW, State of 14 Washington, and in accordance with WAC 196-23-020. Design calculations shall carry 15 the Professional Engineer's signature and seal, date of signature, and registration I 16 number on the cover page. The cover page shall also include the Contract number, 17 Contract title and sequential index to calculation page numbers. 18 19 If more than the specified number of days is required for the Engineer's review of any 20 individual Working Drawing or resubmittal, an extension of time will be considered in 21 accordance with Section 1-08.8. 22 23 Review or approval of Working Drawings shall neither confer upon the Contracting 24 Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings 25 or their conformity with the Contract. The Contractor shall bear all risk and all costs of 26 any Work delays caused by rejection or nonapproval of Working Drawings. 27 28 Unit Bid prices shall cover all costs of Working Drawings. 29 30 1-07.AP1 31 Section 1-07, Legal Relations and Responsibilities to the Public • 32 January 5, 2015 33 1-07.2 State Taxes 34 This section is revised to read: 35 36 The Washington State Department of Revenue has issued special rules on the state 37 sales tax. Sections 1-07.2(1)through 1-07.2(3) are meant to clarify those rules. The 38 Contracting Agency will not adjust its payment if the Contractor bases a Bid on a 39 misunderstood tax liability. 40 41 The Contracting Agency may deduct from its payments to the Contractor, retainage or 42 lien the bond, in the amount the Contractor owes the State Department of Revenue, 43 whether the amount owed relates to the Contract in question or not. Any amount so 44 deducted will be paid into the proper State fund on the contractor's behalf. For 45 additional information on tax rates and application refer to applicable RCWs, WACs or 46 the Department of Revenue's website. 47 48 1-07.2(1) State Sales Tax: Work Performed on City, County, or Federally- 49 Owned Land 50 This section including title is revised to read: 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 2 1-07.2(1) State Sales Tax: WAC 458-20-171 -Use Tax I 3 For Work designated as Rule 171, Use Tax,the Contractor shall include for 4 compensation the amount of any taxes paid in the various unit Bid prices or other 5 Contract amounts. Typically, these taxes are collected on materials incorporated into 6 the project and items such as the purchase or rental of; tools, machinery, equipment, or 7 consumable supplies not integrated into the project. 8 ' 9 The Summary of Quantities in the Contract Plans identifies those parts of the project 10 that are subject to Use Tax under Section 1-07.2(1). 11 12 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land 13 This section including title is revised to read: 14 ' 15 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax 16 For Work designated as Rule 170, Retail Sales Tax,the Contractor shall collect from 17 the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting 18 Agency will automatically add this Retail Sales Tax to each payment to the Contractor 19 and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid 20 prices or in any other Contract amount. However, the Contracting Agency will not 21 provide additional compensation to the Prime Contractor or Subcontractor for Retail I22 Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total 23 contract amount.Typically, these taxes are collected on items such as the purchase or 24 rental of; tools, machinery, equipment, or consumable supplies not integrated into the ' 25 project. Such sales taxes shall be included in the unit Bid prices or in any other Contract 26 amounts. 27 28 The Summary of Quantities in the Contract Plans identifies those parts of the project 29 that are subject to Retail Sales Tax under Section 1-07.2(2). 30 ' 31 1-07.2(3) Services 32 This section is revised to read: 33 ' 34 Any contract wholly for professional or other applicable services is generally not subject 35 to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from 36 the Contracting Agency on those Contracts. Any incidental taxes paid as part of 37 providing the services shall be included in the payments under the contract. ' 38 39 1-07.23(1) Construction Under Traffic 40 In the second paragraph,the following new sentence is inserted after the second sentence: 41 42 Accessibility to existing or temporary pedestrian push buttons shall not be impaired. 43 I 44 1-08.AP1 45 Section 1-08, Prosecution and Progress I46 May 5, 2014 47 1-08.1 Subcontracting ' 48 The eighth paragraph is revised to read: 49 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, 2 Minority,Women's, or Small Business Enterprise firms that were used as 3 Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service 4 providers on the Contract. This Certification shall be submitted to the Project Engineer 5 on a monthly basis each month between Execution of the Contract and Physical 6 Completion of the contract using the application available at: 7 https://remoteapps.wsdot.wa.gov/mapsdata/tools/dbeparticipation. The monthly report is 8 due 20 calendar days following the end of the month. A monthly report shall be I 9 submitted for every month between Execution of the Contract and Physical Completion 10 r eg ardless of whether payments were made or work occurred. 11 12 The ninth paragraph is deleted. ' 13 14 1-09.AP1 15 Section 1-09, Measurement and Payment 16 January 5, 2015 17 1-09.6 Force Account • 18 In the third paragraph of item number 3, the last sentence is revised to read: 19 20 In the event that prior quotations are not obtained and the vendor is not a firm 21 independent from the Contractor or Subcontractor, then after-the-fact quotations may be 22 obtained by the Engineer from the open market in the vicinity and the lowest such 23 quotation may be used in place of submitted invoice. 24 25 1-10.AP1 26 Section 1-10, Temporary Traffic Control 27 August 4, 2014 28 1-10.1(1) Materials 29 The following material reference is deleted from this section: 30 31 Barrier Drums 9-35.8 32 33 1-10.1(2) Description 34 The first paragraph is revised to read: 35 36 The Contractor shall provide flaggers, and all other personnel required for labor for I 37 traffic control activities and not otherwise specified as being furnished by the 38 Contracting Agency. 39 40 1-10.2(1) General 41 In the third paragraph, the first two sentences are revised to read: 42 43 The primary and alternate TCS shall be certified by one of the organizations listed in the 44 Special Provisions. Possession of a current Washington State TCS card and flagging 45 card by the primary and alternate TCS is mandatory. 46 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 1-10.2(1)B Traffic Control Supervisor ' 2 The first paragraph is revised to read: 3 4 A Traffic Control Supervisor(TCS) shall be present on the project whenever flagging or 5 ' 6 other traffic control labor is being utilized or less frequently, as authorized by the Engineer. 7 8 The last paragraph is revised to read: • 9 10 The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 11 1-10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, ' 12 provided that the duties of the TCS are accomplished. 13 14 1-10.2(2) Traffic Control Plans ' 15 The first paragraph is revised to read: 16 17 The traffic control plan or plans appearing in the Contract documents show a method of ' 18 handling vehicle, bicycle, and pedestrian traffic.All construction signs, flaggers, and 19 other traffic control devices are shown on the traffic control plan(s)except for 20 emergency situations. If the Contractor proposes adding the use of flaggers to a plan, 21 this will constitute a modification requiring approval by the Engineer. The modified plans ' 22 shall show locations for all the required advance warning signs and a safe, protected 23 location for the flagging station. If flagging is to be performed during hours of darkness, 24 the plan shall include appropriate illumination for the flagging station. ' 25 26 In the second paragraph, the second sentence is revised to read: 27 28 Any Contractor-proposed modification, supplement or replacement shall show the 29 necessary construction signs, flaggers, and other traffic control devices required to 30 support the Work. 31 32 1-10.2(3) Conformance to Established Standards 33 In the second paragraph,the second sentence is revised to read: 34 35 The National Cooperative Highway Research Project(NCHRP) Report 350 and the 36 AASHTO Manual for Assessing Safety Hardware (MASH) have established ' 37 requirements for crash testing. 38 39 In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 40 ' 41 In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 42 43 In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 44 45 1-10.3(1) Traffic Control Labor 46 The first paragraph is revised to read: ' 47 48 The Contractor shall furnish all personnel for flagging, for the execution of all 49 procedures related to temporary traffic control and for the setup, maintenance and ' 50 51 removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 1-10.3(1)A Flaggers and Spotters 2 This section's title is revised to read: 3 4 Flaggers 5 6 The first paragraph is revised to read: • 7 8 Flaggers shall be posted where shown on approved Traffic Control Plans or where • 9 directed by the Engineer. All flaggers shall possess a current flagging card issued by 10 the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be 11 immediately available and shown to the Contracting Agency upon request. 12 13 The last paragraph is deleted. 14 15 1-10.3(1)B Other Traffic Control Labor 16 This section is revised to read: 17 18 In addition to flagging duties, the Contractor shall provide personnel for all other traffic I 19 control procedures required by the construction operations and for the labor to install, 20 maintain and remove any traffic control devices shown on Traffic Control Plans. 21 22 1-10.3(3)B Sequential Arrow Signs 23 This section is supplemented with the following: 24 I 25 A sequential arrow sign is required for all lane closure tapers on a multilane facility.A 26 separate sequential arrow sign shall be used for each closed lane. The arrow sign shall 27 not be used to laterally shift traffic. When used in the caution mode, the four corner 28 mode shall be used. 29 30 1-10.3(3)C Portable Changeable Message Signs 31 This section is revised to read: 32 33 Where shown on an approved traffic control plan or where ordered by the Engineer, the 34 Contractor shall provide, operate, and maintain portable changeable message signs I 35 (PCMS).A PCMS shall be placed behind a barrier or guardrail whenever possible, but 36 shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be 37 delineated by channelization devices. The Contractor shall remove the PCMS from the 38 clear zone when not in use unless protected by barrier or guardrail. 39 40 1-10.3(3)F Barrier Drums 41 This section including title is deleted in its entirety and replaced with the following: 42 43 1-10.3(3)F Vacant 44 45 1-10.3(3)K Portable Temporary Traffic Control Signal 46 The fifth paragraph is revised to read: 47 48 The Project Engineer or designee will inspect the signal system at initial 49 installation/operation and approve the signal timing. Final approval will be based on the 50 results of the operational inspection. 51 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 I 1 1-104(2) Item Bids With Lump Sum for Incidentals •' 2 In the second paragraph, the first and second sentences are revised to read: 3 4 "Flaggers"will be measured by the hour. Hours will be measured for each flagging 5 station, shown on an approved Traffic Control Plan, when that station is staffed in I6 accordance with Section 1-10.3(1)A. 7 8 The first sentence of the last bulleted item in this section is revised to read: I 9 10 Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and 11 Warning Lights and Flashers to carry out approved Traffic Control Plan(s). l , 12 13 1-10.5(2) Item Bids With Lump Sum for Incidentals 14 This section is deleted and replaced with the following: I 15 16 "Traffic Control Supervisor", lump sum. 17 18 The lump sum Contract payment shall be full compensation for all costs incurred by the I 19 Contractor in performing the Work defined in Section 1-10.2(1)B. 20 21 "Pedestrian Traffic Control", lump sum. 22 23 The lump sum Contract payment shall be full compensation for all costs incurred by the 24 Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. 25 26 "Flaggers", per hour. 27 • 111 28 The unit Contract price, when applied to the number of units measured for this item in 29 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred 30 by the Contractor in performing the Work defined in Section 1-10.3(1)A. 31 32 "Other Traffic Control Labor", per hour. 33 34 The unit Contract price, when applied to the number of units measured for this item in 35 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred ( ), p 36 by the Contractor in performing the Work specified for this item in Section 1-10.4(2). 37 I 38 "Construction Signs Class A", per square foot. 39 40 The unit Contract price,when applied to the number of units measured for this item in I 41 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 42 the Contractor in performing the Work described in Section 1-10.3(3)A. In the event that 43 "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as 44 described in Section 1-04.4, will be required. When the Bid Proposal contains the item 45 "Sign Covering", then covering those signs indicated in the Contract will be measured 46 and paid according to Section 8-21. ' 47 48 "Sequential Arrow Sign", per hour. 49 I 50 51 The unit Contract price,when applied to the number of units measured for this item in accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 52 the Contractor in performing the Work described in Section 1-10.3(3)B. I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 • 1 2 "Portable Changeable Message Sign", per hour. 3 4 The unit Contract price,when applied to the number of units measured for this item in 5 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 6 the Contractor in performing the Work for procuring all portable changeable message I 7 signs required for the project and for transporting these signs to and from the project. 8 9 "Transportable Attenuator", per each. 10 11 The unit Contract price,when applied to the number of units measured for this item in 12 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by I 13 the Contractor in performing the Work described in Section 1-10.3(3)J except for costs 14 compensated separately under the items"Operation of Transportable Attenuator" and 15 "Repair Transportable Attenuator". '. 16 17 "Operation of Transportable Attenuator", per hour. 18 19 The unit Contract price, when applied to the number of units measured for this item in 20 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 21 the Contractor in performing the Work for operating transportable attenuators on the 22 project. I 23 24 "Repair Transportable Attenuator", by force account. 25 26 All costs of repairing or replacing transportable attenuators that are damaged by the 27 motoring public while in use as shown on an approved Traffic Control Plan will be paid 28 for by force account as specified in Section 1-09.6. To provide a common Proposal for 29 all Bidders, the Contracting Agency has estimated the amount of force account for 30 "Repair Transportable Attenuator"and has entered the amount in the Proposal to 31 become a part of the total Bid by the Contractor. Transportable attenuators damaged I 32 due to the Contractor's operation or damaged in any manner when not in use shall be 33 repaired or replaced by the Contractor at no expense to the Contracting Agency. 34 35 "Other Temporary Traffic Control", lump sum. 36 37 The lump sum Contract payment shall be full compensation for all costs incurred by the 38 Contractor in performing the Work defined in Section 1-10, and which costs are not 39 compensated by one of the above-listed items. 40 41 "Portable Temporary Traffic Control Signal", lump sum. 42 43 The lump sum Contract payment shall be full compensation for all costs incurred by the 44 Contractor in performing the Work as described in Section 1-10.3(3)K, including all 45 costs for traffic control during manual control, adjustment, malfunction, or failure of the 46 portable traffic control signals and during replacement of failed or malfunctioning 47 signals. 48 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 2-01.AP2 I2 Section 2-01, Clearing, Grubbing, and Roadside Cleanup 3 August 4, 2014 I 4 2-01.3(1) Clearing 5 In the second paragraph, item number 3(up until the colon) is revised to read: 6 I 7 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from 8 the top, side, or end surface of the embankment or any structure and are in a 9 location that will not be terraced as described in Section 2-03.3(14): I10 11 2-02.AP2 I 12 Section 2-02, Removal of Structures and Obstructions 13 January 5, 2015 1 14 2-02.3(2) Removal of Bridges, Box Culverts,and Other Drainage Structures 15 This section is supplemented with the following new subsections: 16 ' 17 2-02.3(2)A Bridge Removal 18 2-02.3(2)A1 Bridge Demolition Plan Submittal 19 The Contractor shall submit a Type 2E Working Drawing consisting of a bridge I 20 21 demolition plan, showing the method of removing the existing bridge(s), or portions of bridges, as specified. 22 I 23 The bridge demolition plan shall show all equipment, sequence of operations, and 24 details required to complete the work, including containment, collection, and 25 disposal of all debris. The plan shall include a crane foundation stability analysis 26 and crane load calculations for the work. The plan shall detail the containment, I 27 collection, and disposal of all debris. The plan shall show all stages of demolition. 28 29 When the bridge removal work includes removal of a truss, and when the I 30 Contractor's removal method involves use of a crane or cranes to pick, lift, and 31 remove the truss, the Contractor shall confirm the truss dead load weight prior to 32 beginning the truss removal operation. The operation of confirming the truss dead I . 33 34 load shall be performed at both ends of the truss, and shall ensure that the truss is broken free of its support bearings. The Contractor's method of confirming the 35 truss dead load, whether by hydraulic jacks or other means, shall be included in the I 36 Contractor's bridge demolition plan submittal. 37 38 When the bridge removal work involves removing portions of existing concrete 39 without replacement, the methods and tools used to achieve the smooth surface I40 and profile specified in Section 2-02.3(2)A2 shall be included in the Contractor's 41 bridge demolition plan submittal. ii 42 I 43 2-02.3(2)A2 Removing Portions of Existing Concrete 44 Care shall be taken in removing concrete to prevent overbreakage or damage to 45 portions of the existing Structure which are to remain. Before concrete removal I 46 begins, a saw cut shall be made into the surface of the concrete at the perimeter of 47 the removal limits. The saw cut shall be 3/4-inch deep when the steel I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 • 1 1 reinforcement is to remain, and may be deeper when the steel reinforcement is 2 removed with the concrete. 3 4 Concrete shall be completely removed (exposing the deformed surface of the bar) 5 from existing steel reinforcing bars which extend from the existing members and 6 are specified to remain. Steel reinforcing bars that are not designated to remain 7 shall be cut a minimum of 1-inch behind the final surface. The void left by removal 8 of the steel reinforcing bar shall be filled with mortar conforming to Section 9- 9 20.4(2). The mortar shall match the color of the existing concrete surface as nearly 10 as practicable. 11 12 The Contractor shall roughen, clean, and saturate existing concrete surfaces, 13 against which fresh concrete will be placed, in accordance with Section 6- 14 02.3(12)B. When a portion of existing concrete is to be removed without 15 replacement, concrete shall be removed to a clean line with a smooth surface of I 16 less than 1/16 inch profile. 17 18 2-02.3(2)A3 Use of Explosives for Bridge Demolition I 19 Explosives shall not be used for bridge demolition, except as specifically allowed by 20 the Special Provisions. 21 22 2-02.5 Payment ' 23 This section is supplemented with the following new Bid items: 24 25 "Removing Existing Bridge ", lump sum. 26 27 "Removing Existing Structure ", lump sum. 28 29. "Removing Portion of Existing Bridge_", lump sum. 30 31 "Removing Portion of Existing Structure ", lump sum. 32 33 2-03.AP2 34 Section 2-03, Roadway Excavation and Embankment , 35 August 4, 2014 36 2-03.3(14) Embankment Construction , 37 The third paragraph is revised to read: 38 39 Hillside Terraces-The Contractor shall terrace the original ground or embankment 40 when the slope of the surface is 2H:1 V or steeper unless otherwise directed by the 41 Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 42 feet in height and shall be vertical or near vertical as required to remain stable during 43 material placement and compaction. The bench of the terrace shall slope outward to 44 drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged 45 during work shall be reestablished. The Engineer may order the Contractor to place I 46 gravel backfill, pipe drains or both to drain any seepage. 47 • 48 2-03.3(14)L Embankment Widening for Guardrail 49 The first sentence is revised to read: 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 Embankments widened for the installation of beam guardrail shall be terraced in 2 accordance with the requirements for hillside terraces in Section 2-03.3(14). 3 4 The second sentence is deleted. 5 ' 6 2-09.AP2 7 Section 2-09, Structure Excavation 1 8 January 5, 2015 9 2-09A Measurement 10 The seventh paragraph is revised to read: 11 12 For pipelines the lower limit in measuring structure excavation will be the foundation ' 13 level as shown in the Plans or as directed by the Engineer. 14 15 2-12.AP2 ' 16 Section 2-12, Construction Geosynthetic 17 January 5, 2015 ' 18 2-12.3(4) Permanent Erosion Control and Ditch Lining 19 In the fourth paragraph, "Section 9-13.2" is revised to read"Section 9-13.1(4)". 20 21 3-04.AP3 22 Section 3-04, Acceptance of Aggregate I 23 April 6, 2015 24 3-04.5 Payment 25 In Table 1, the"Maximum Sublot Size(Tons)" value for the item HMA Aggregate is revised 26 to read "2000". 27 ' 28 In Table 2, the row containing the item "HMA Aggregate" is revised to read: 29 9-03.8(2) HMA Aggregate 15 15 Uncompacted ' Void Content 15 30 31 ' 32 5-01.AP5 33 Section 5-01, Cement Concrete Pavement Rehabilitation I 34 August 4, 2014 35 5-01.2 Materials I 36 The referenced section for the following item is revised to read: 37 38 Dowel Bars 9-07.5 ' 39 1 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 1 5-01.3(4) Replace Portland Cement Concrete Panel 2 In the third paragraph, the last sentence is deleted. 3 4 The seventeenth paragraph (beginning with"The Contractor shall place a bond-breaking 5 material..") is deleted. 6 7 5-02.AP5 8 Section 5-02, Bituminous Surface Treatment 1 9 August 4, 2014 10 5-02.3(11) Temporary Raised Pavement Markings ' 11 This section's title is revised to read: 12 13 Temporary Pavement Markings , 14 15 The word "raised" is deleted from this section. 16 17 5-04.AP5 18' Section 5-04, Hot Mix Asphalt 19 April 6, 2015 20 5-04.2 Materials 21 The third through eighth paragraphs are deleted and replaced with the following: 22 23 The Contractor may choose to utilize recycled asphalt pavement(RAP)or reclaimed 24 asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements 25 removed under the Contract, if any, or pavement material from an existing stockpile. 26 The RAS may be from reclaimed shingles. 27 28 If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized 29 in the production of HMA, the Contractor shall sample and test the RAP and RAS during 30 stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for I 31 determination of asphalt binder content and WSDOT FOP for WAQTC/AASHTO T 27/T 32 11 for gradation of the aggregates. The RAP shall be sampled and tested at a 33 frequency of one sample for every 1,000 tons produced and not less than ten samples , 34 per project. The RAS shall be sampled and tested at a frequency of one sample for 35 every 100 tons produced and not less than ten samples per project. The asphalt content 36 and gradation test data shall be reported to the Contracting Agency prior to or when 37 submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall 38 not exceed 5-percent of the total weight of the HMA. The Contractor shall include the 39 RAP and RAS as part of the mix design as defined in these Specifications. 40 '. 41 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt 42 binder from different sources is not permitted. For HMA with greater than 20 percent 43 RAP by total weight of HMA or any amount of RAS, the final blended asphalt binder 44 (after inclusion of RAP, RAS, new asphalt binder and recycling agent) shall be the 45 grade as required by the Contract and comply with the requirements of Section 9- 46 02.1(4). ' 47 t AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 The Contractor may only use warm mix asphalt (WMA) processes in the production of 2 HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor 3 shall submit to the Engineer for approval the process that is proposed and how it will be 4 used in the manufacture of HMA. 5 6 When the Contracting Agency provides aggregates or provides a source for the 7 production of aggregates, the Contract Provisions will establish the approximate 8 percentage of asphalt binder required in the mixture for each class of HMA. 9 10 Production of aggregates shall comply with the requirements of Section 3-01. 11 12 Preparation of stockpile site, the stockpiling of aggregates, and the removal of 13 aggregates from stockpiles shall comply with the requirements of Section 3-02. 14 I 15 5-04.3(1) Hot Mix Asphalt Mixing Plant 16 The first paragraph is supplemented with the following: 17 18 6. Equipment for Processing RAP and RAS.When producing HMA for mix designs ' 19 with greater than 20 percent RAP by total weight of HMA or any amount of RAS the 20 HMA plant shall be equipped with screens or a lump breaker to eliminate oversize 21 RAP/RAS particles from entering the pug mill or drum mixer. 22 23 5-04.3(3)A Material Transfer DeviceNehicle 24 The first paragraph is supplemented with the following new sentence: 25 26 At the Contractor's request the Engineer may approve paving without an MTDN; the 27 Engineer will determine if an equitable adjustment in cost or time is due. 28 29 In the last sentence of the second paragraph, "Project Engineer" is revised to read 30 "Engineer". 31 32 5-04.3(5)A Preparation of Existing Surfaces 33 The first sentence of the last paragraph is revised to read: 1 34 35 Unless otherwise approved by the Engineer, the tack coat shall be CSS-1 or CSS-1h 36 emulsified asphalt. 37 38 5-04.3(7) Preparation of Aggregates 39 This section is revised to read: ' 40 41 The aggregates, RAP and RAS shall be stockpiled according to the requirements of 42 Section 3-02. Sufficient storage space shall be provided for each size of aggregate, 43 RAP and RAS. The Contractor may uniformly blend fine aggregate or RAP with the 44 RAS as a method of preventing the agglomeration of RAS particles. The aggregates, 45 RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal 46 segregation when being moved to the HMA plant for processing into the final mixture. ' 47 Different aggregate sizes shall be kept separated until they have been delivered to the 48 HMA plant. 49 ' 50 5-04.3(7)A1 General 51 This section is revised to read: 52 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 An approved mix design, listed on the Qualified Products List(QPL), is required for all 2 HMA paving. The Contractor shall develop a mix design prior to the initial production of 3 HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design 4 shall be developed in accordance with WSDOT Standard Operating Procedure 732 and 5 meet the requirements of Sections 9-03.8(2) and 9-03.8(6). 6 7 Mix designs shall be submitted by the Contractor to the WSDOT State Materials 8 Laboratory on WSDOT Form 350-042EF. If the mix design is approved it will be listed 9 on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past I 10 the 24 month approved period shall not be used. After a mix design has been on the 11 QPL for 12 months the listing will be extended provided the Contractor submits a 12 certification letter to the Qualified Products Engineer verifying that the aggregate and I 13 asphalt binder have not changed. The Contractor may submit the certification one 14 month prior to expiration of the mix design approval. Within 7 calendar days of receipt of 15 the Contractor's certification the QPL will be updated. The maximum duration for II approval of a mix design and listing on the QPL will be 24 months from the date of initial 17 approval or as approved by the Engineer. 18 I 19 Changes to the job mix formula of a mix design may require the development of a new 20 mix design and resubmittal for QPL approval. Mix designs that require resubmittal for 21 QPL approval must be approved prior to use. 22 23 Changes to aggregate that may require a new mix design include the source of material 24 or a change in the percentage of material from a stockpile greater than 5 percent. 25 Changes to the percentage of material from a stockpile will be calculated exclusive of I 26 the RAP content. The Contractor may vary the RAP percentage in accordance with 27 Section 5-04.2. 28 29 Changes to asphalt binder that may require a new mix design include the source of the 30 crude petroleum supplied to the refinery, the refining process, and additives or modifiers 31 in the asphalt binder. 32 33 The Contractor shall include the brand and type of anti-stripping additive in the mix 34 design submittal and provide certification from the asphalt binder manufacture that the I 35 anti-stripping additive is compatible with the crude source and formulation of asphalt 36 binder proposed in the mix design.All changes to anti-strip require the submittal of a 37 new mix design for approval. 38 ' 39 Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be 40 completed without the inclusion of the RAP. For HMA mix designs with greater than 20 41 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop '. 42 a mix design including RAP, RAS, recycling agent and new asphalt binder. Asphalt 43 binder contributed from RAS shall be determined in accordance with AASHTO PP 78. 44 The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent 45 of the total asphalt binder content of the HMA. 46 47 Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, 48 recover and test the asphalt residue from the RAP and RAS stockpiles to determine the 49 percent of recycling agent and/or grade of new asphalt binder needed to meet the grade 50 of asphalt binder required by the contract. The asphalt extraction testing shall be 51 performed in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade 52 trichloroethylene. The asphalt recovery shall be performed in accordance with AASHTO AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 R 59 orASTM D 1856. The recovered asphalt residue shall be tested in accordance with 2 AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- ' 3 02.1(4). Once the recovered asphalt binder grade is determined the percent of recycling 4 agent and/or grade of new asphalt binder shall be determined in accordance with ASTM 5 D 4887. The final blend of recycling agent, recovered and new asphalt shall be tested in 6 accordance with AASHTO R 29 to confirm that it meets the grade of asphalt binder 7 required by the contract in accordance with Section 9-02.1(4).All recovered and 8 blended asphalt binder test data shall be reported to the Contracting Agency prior to 9 submitting the mix design for approval on the QPL. 10 11 5-04.3(7)A2 Statistical or Nonstatistical Evaluation ' 12 This section is revised to read: 13 14 The Contractor shall submit WSDOT Form 350-041 EF to the Engineer for approval to ' 15 16 use a mix design from the QPL. The Contractor may include changes to the job mix formula that have been approved on other contracts. The request to use a mix design 17 from the QPL may be rejected if production of the HMA from another contract is not in ' 18 compliance with Section 5-04.3(11)D. 19 20 The Contractor shall submit representative samples of the materials that are to be used 21 in the HMA production to the State Materials Laboratory in Tumwater. For HMA mix 1 22 designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor 23 shall submit representative samples of the mineral materials that are to be used in the 24 HMA production;the submittal of RAP samples is not required for these mix designs. I 25 For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any 26 amount of RAS the Contractor shall submit representative samples of the mineral 27 materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and I 28 RAS that are to be used in the HMA production.The Contracting Agency will use these 29 samples to evaluate the mix design for approval on the QPL in accordance with 30 WSDOT Standard Practice QC-8. • 31 32 5-04.3(7)A3 Commercial Evaluation 33 This section is revised to read: I35 Approval of a Commercial Evaluation mix design for listing on the QPL will be based on 36 a review of the Contractor's submittal of WSDOT Form 350-042 for conformance to the 37 requirements of Section 9-03.8(2). Testing of the HMA by the Contracting Agency for I 38 mix design approval is not required. Mix designs for HMA with greater than 20 percent 39 RAP by total weight of HMA or any amount of RAS may be evaluated in accordance 40 with Section 5-04.3(7)A2. ' 41 42 For the Bid item Commercial HMA, the Contractor shall select a class of HMA and 43 design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. I 44 45 5-04.3(8) Mixing 46 The first sentence of the second paragraph is revised to read:. • 47 48 When discharged, the temperature of the HMA shall not exceed the optimum mixing 49 temperature by more than 25°F as shown on the reference mix design report or as ' 551 0 approved by the Engineer. 52 The last paragraph is supplemented with the following new sentence: ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 • 2 After the required amount of mineral materials, RAP, RAS, new asphalt binder and I 3 asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until 4 complete and uniform coating of the particles and thorough distribution of the asphalt 5 binder throughout the mineral materials, RAP and RAS is ensured. 6 7 8 5-04.3(8)A4 Definition of Sampling and Sublot 9 The second sentence of the second paragraph is revised to read: 10 11 The sublots shall be approximately uniform in size with a maximum sublot size based 12 on original Plan quantity tons as specified in the following table. 13 14 This section is supplemented with the following new table: 15 HMA Original Plan Quantity(tons) Sublot Size(tons) <20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 16 17 5-04.3(8)A7 Test Section —HMA Mixtures 18 This section is revised to read: 19 20 For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by 21 total weight of HMA and no RAS, the Contractor may request a single test section to 1 22 determine whether the mixture meets the requirements of Section 9-03.8(2) and 9- 23 03.8(6). For each HMA mix design accepted by statistical evaluation with greater than 24 20 percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct I 25 a test section to determine whether the mixture meets the requirements of Sections 9- 26 03.8(2) and 9-03.8(6). Test sections shall be constructed at the beginning of paving and 27 will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. I 28 For a test section to be acceptable the pay factor(PF) for gradation, asphalt binder and 29 Va shall be 0.95 or greater for each constituent and the remaining test requirements in 30 Section 9-03.8(2) (dust/asphalt ratio, sand equivalent, uncompacted void and fracture) 31 shall conform to the requirements of that section. No further wearing or leveling HMA 32 will be paved on any of the four calendar days following construction of the test section. 33 The mixture in the test section will be evaluated as a lot with a minimum of three sublots 34 required. If more than one test section is required, each test section shall be a separate I 35 lot. 36 37 5-04.3(10)A General , 38 In the first paragraph, "checking" and "cracking"are deleted. 39 40 In the third paragraph,the following new sentence is inserted after the second sentence: 41 42 . Coverage with a steel wheel roller may precede pneumatic tired rolling. 43 44 In the third paragraph, the following new sentence is inserted before the last sentence: 45 46 Regardless of mix temperature, a roller shall not be operated in a mode that results in 111 47 checking or cracking of the mat. 48 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 5-04.3(10)B1 General 2 In this°section, "Project Engineer",is revised to read "Engineer". 3 4 The first paragraph is revised to read: 5 ' 6 HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic 7 lanes, including lanes for ramps, truck climbing, weaving, and speed change, and 8 having a specified compacted course thickness greater than 0.10-foot, shall be I 9 compacted to a specified level of relative density. The specified level of relative density 10 shall be a Composite Pay Factor(CPF) of not less than 0.75 when evaluated in 11 accordance with Section 1-06.2, using a minimum of 91 percent of the maximum I 12 density. The percent of maximum density shall be determined by WSDOT FOP for 13 AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when 14 using cores to determine density. The specified level of density attained will be 15 determined by the statistical evaluation of the density of the pavement. 16 17 The following four new paragraphs are inserted after the first paragraph: I 18 19 Tests for the determination of the pavement density will be taken in accordance the 20 required procedures for measurement by a nuclear density gauge or roadway cores I 21 after completion of the finish rolling. 22 23 If the Contracting Agency uses a nuclear density gauge to determine density the test 24 procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the I 25 mix is placed. 26 27 Roadway cores for density may be obtained by either the Contracting Agency or the I 28 Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches 29 unless otherwise approved by the Engineer. Roadway cores will be tested by the 30 Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. I 31 32 If the Contract includes the Bid item "Roadway Core"the cores shall be obtained by the 33 Contractor in the presence of the Engineer on the same day the mix is placed and at I 34 locations designated by the Engineer. If the Contract does not include the Bid item 35 "Roadway Core"the Contracting Agency will obtain the cores. 36 37 In the sixth paragraph (after the preceding Amendments are applied), the second sentence I38 is revised to read: 39 40 Sublots will be uniform in size with a maximum sublot size based on original Plan 41 quantity tons of HMA as specified in the table below. 42 43 The following new table is inserted before the second to last paragraph: I 44 HMA Original Plan Quantity(tons) Sublot Size(tons) <20,000 100 I 20,000 to 30,000 150 >30,000 200 45 I 46 5-04.3(10)B4 Test Results 47 The first paragraph is revised to read: 48 1 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 418/15 1 1 The results of all compaction acceptance testing and the CPF of the lot after three p p 9 2 sublots have been tested will be available to the Contractor through WSDOT's website. 3 Determination of the relative density of the HMA with a nuclear density gauge requires a 4 correlation factor and may require resolution after the correlation factor is known. 5 Acceptance of HMA compaction will be based on the statistical evaluation and CPF so 6 determined. 7 8 In the second paragraph, the first sentence is revised to read: 9 10 For a sublot that has been tested with a nuclear density gauge that did not meet the 11 minimum of 91 percent of the reference maximum density in a compaction lot with a 12 CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may 13 request that a core be used for determination of the relative density of the sublot. 14 15 In the second sentence of the second paragraph, "moisture-density" is revised to read I 16 "density". 17 18 In the second paragraph, the fourth sentence is deleted. 19 20 5-04.3(20) Anti-Stripping Additive 21 This section is revised to read: 22 23 Anti-stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 24 shipment to the asphalt mixing plant. Anti-stripping additive shall be added in the 25 amount designated on the QPL for the mix design. 1 26 27 5-04.4 Measurement 28 The following new paragraph is inserted after the first paragraph: 29 30 Roadway cores will be measured per each for the number of cores taken. 31 32 The second to last paragraph is deleted. 33 34 5-04.5 Payment 35 The bid item "Removing Temporary Pavement Marking", per linear foot and paragraph 36 following bid item are deleted. 37 38 The following new bid item is inserted before the second to last paragraph: 39 40 "Roadway Core", per each. 41 42 The Contractor's costs for all other Work associated with the coring (e.g., traffic control) 43 shall be incidental and included within the unit Bid price per each and no additional 44 payments will be made. , 45 46 5-05.AP5 47 Section 5-05, Cement Concrete Pavement 48 April 6, 2015 49 5-05.3(1) Concrete Mix Design for Paving 50 In item number 1, the first sentence of the third paragraph is revised to read: 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 2 Ground granulated blast furnace slag, if used, shall not exceed 30 percent by weight of ' 3 the total cementitious material and shall conform to Section 9-23.10. 4. 5 The second and third rows of the table in item number 3 are revised to read: 6 Coarse Aggregate +30 Pounds -30 Pounds Fine Aggregate +30 Pounds -30 Pounds 1 7 8 5-05.4 Measurement 9 The fourth paragraph is supplemented with the following new sentence: 10 11 Tie bars with drill holes in cement concrete pavement placed under the Contract will not 12 be measured. ' 13 14 5-05.5 Payment 15 The paragraph following the Bid item "Tie Bar with Drill Hole", per each is supplemented with ' 16 the following new sentence: 17 18 All costs for tie bars with drill holes in cement concrete pavement placed under the ' 19 CPavemenontract shall t". be included in the unit Contract price per cubic yard for"Cement Conc. 20 21 22 6-01.AP6 23 Section 6-01, General Requirements for Structures 24 January 5, 2015 ' 25 6-01.6 Load Restrictions on Bridges Under Construction 26 The first sentence of the second paragraph is revised to read: I 27 28 If necessary and safe to do so, and if the Contractor requests it through a Type 2E 29 Working Drawing, the Engineer may allow traffic on a bridge prior to completion. 30 31 In the second paragraph, item number 3 (up until the colon) is revised to read: 32 ' 33 3. Provide stress calculations under the design criteria specified in the AASHTO LRFD 34 Bridge Design Specifications, current edition, including at a minimum the following: 35 36 6-01.9 Working Drawings ' 37 This section is revised to read: 38 39 All Working Drawings required for bridges and other Structures shall conform to Section ' 40 41 1-05.3. 42 6-01.10 Utilities Supported by or Attached to Bridges ' 43 In the second paragraph, "bridge structures" is revised to read "bridges". 44 45 6-01.14 Premolded Joint Filler 46 In the second paragraph, the first sentence is revised to read: 47 48 . The Contractor may substitute for the nails any adhesive acceptable to the Engineer. 1 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 2 6-02.AP6 ' 3 Section 6-02, Concrete Structures 4 April 6, 2015 5 6-02.3(1) Classification of Structural Concrete 6 In paragraph two, item number 1 is revised to read: 7 8 Mix design and proportioning specified in Sections 6-02.3(2), 6-02.3(2)A and 6- 9 02.3(2)A1. 10 11 Item number 3 is renumbered to 4. 12 13 After the preceding Amendments are applied, the following new numbered item is inserted 14 after item number 2: 15 16 3. Temperature and time for placement requirements specified in Section 6-02.3(4)D. 17 18 6-02.3(2) Propoitioning Materials 19 In the third paragraph, the first sentence is revised to read: 20 21 The use of fly ash is required for Class 4000P concrete, except that ground granulated 22 blast furnace slag may be substituted for fly ash at a 1:1 ratio. 23 24 In the table titled "Cementitious Requirement for Concrete", the row beginning with"4000D" 25 is deleted. 26 1 27 The fourth paragraph is revised to read: 28 29 When both ground granulated blast furnace slag and fly ash are included in the I 30 concrete mix, the total weight of both these materials is limited to 40 percent by weight 31 of the total cementitious material for concrete class 4000A, and 50 percent by weight of 32 the total cementitious material for all other classes of concrete. 33 34 6-02.3(2)A Contractor Mix Design 35 The first paragraph is revised to read: 36 37 The Contractor shall provide a mix design in writing to the Engineer for all classes of 38 concrete specified in the Plans except for lean concrete and commercial concrete. No 39 concrete shall be placed until the Engineer has reviewed the mix design. The required 40 average 28-day compressive strength shall be selected in accordance with ACI 301, 41 Chapter 4, Section 4.2.3.3. ACI 211.1 shall be used to determine proportions. All 42 proposed concrete mixes except Class 4000D shall meet the requirements in 43 Cementitious Requirement for Concrete in Section 6-02.3(2). 44 45 In the fourth paragraph, the fourth sentence is deleted. 46 47 In the sixth paragraph, the first sentence is deleted. 48 49 In t e seventh paragraph, h ven h the last sentence is deleted. 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 The eighth paragraph is revised to read: I23 Air content for concrete Class 4000D shall conform to Section 6-02.3(2)A1. For all 4 other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7.5 I 5 percent for all concrete placed above the finished ground line. 6 7 The following new sub-section is added: 8 I 9 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 10 All Class 4000D concrete shall be a project specific performance mix design conforming 11 to the following requirements: I 12 13 1. Aggregate shall use combined gradation in accordance with Section 9-03.1(5) 14 with a nominal maximum aggregate size of 1-1/2 inches. I 15 16 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with 17 AASHTO T 277. I 18 19 3. Freeze-thaw durability shall be provided by one of the following methods: 20 a. The concrete shall maintain an air content between 4.5 and 7.5 percent. 21 b. The concrete shall maintain a minimum air content that achieves a I22 durability factor of 90 percent, minimum, after 300 cycles in accordance 23 with AASHTO T 161, Procedure A. This air content shall not be less than 24 3.0 percent. Test samples shall be obtained from concrete batches of a I 25 minimum of 3.0 cubic yards. 26 27 4. Scaling shall have a visual rating less than or equal to 2 after 50 cycles in I 28 accordance with ASTM C 672. 29 30 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with I 31 32 AASHTO T 160. 33 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. I 34 35 7. Density shall be measured in accordance with ASTM C 138. 36 37 The Contractor shall submit the mix design in accordance with Section 6-02.3(2)A. The I 38 submittal shall include test reports for all tests listed above that follow the reporting 39 requirements of the AASHTO/ASTM procedures. Samples for testing may be obtained 40 from either laboratory or concrete plant batches. If concrete plant batches are used, the I 41 minimum batch size shall be 3.0 cubic yards. The Contractor shall submit the mix 42 design to the Engineer at least 30 calendar days prior to the placement of concrete in 43 the bridge deck. I 44 45 6-02.3(4)D Temperature and Time For Placement 46 The first two sentences are revised to read: I 47 48 Concrete temperatures shall remain between 55°F and 90°F while it is being placed, 49 except that Class 4000D concrete temperatures shall remain between 55°F and 75°F 50 during placement. Precast concrete that is heat cured in accordance with Section 6- ' 51 02.3(25)D shall remain between 50°F and 90°F while being placed. 52 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 1 6-02.3(5)A General 2 The first paragraph is revised to read: 3 4 Concrete for the following applications will be accepted based on a Certificate of 5 Compliance to be provided by the supplier as described in Section 6-02.3(5)B: 6 7 1. Lean concrete. 8 9 2. Commercial concrete. 10 11 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. 12 13 4. Class 4000P concrete for Type II, III, and CCTV Signal Standard Foundations 14 that are 12'-0" or less in depth. 15 16 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12'-0" 17 or less in depth. 18 19 6. Class 4000P concrete for Steel Light Standard Foundations Types A& B. 20 21 The following new sentence is inserted at the beginning of the second paragraph: 22 23 Slip-form barrier concrete will be accepted based on conformance to the requirements 24 for temperature, air content and compressive strength at 28 days for sublots as tested 25 and determined by the Contracting Agency. • 26 27 6-02.3(5)B Certification of Compliance 28 In the list within the first paragraph, "Fly ash (if used) brand and Type" is revised to read "Fly 1 29 ash (if used) brand and Class". 30 31 The first sentence of the second to last paragraph is deleted. 32 33 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, 34 and Air Content I 35 In the fifth sentence of the second paragraph, "five truck loads" is revised to read "ten truck 36 loads". 37 38 The second paragraph is supplemented with the following: 39 40 If the remaining quantity to be placed is less than ten truck loads; then a sample shall 41 be randomly taken from one of the remaining truck loads. 42 43 In the last sentence of the third paragraph, "five truck loads"is revised to read "ten truck 44 loads". • 45 46 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing 47 The second paragraph is revised to read: 48 49 The Contractor shall provide and maintain a sufficient number of cure boxes in 50 accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure I 51 boxes shall be readily accessible and no more than 500 feet from the point of 52 acceptance testing, unless otherwise approved by the Engineer. The Contractor shall AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 I 1 also provide, maintain and operate all necessary power sources and connections I 2 needed to operate the cure boxes. The cure boxes shall be in-place and functioning at 3 the specified temperature for curing cylinders prior to concrete placement. Concrete 4 cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for I 6 5 AASHTO T23. The cure boxes shall have working locks and the Contractor shall provide the Engineer with one key to each of the locks. Once concrete cylinders are 7 placed in the cure box, the cure box shall not be disturbed until the cylinders have been 8 removed. The Contractor shall retain the cure box Temperature Measuring Device log I 9 and provide it to the Engineer upon request. 10 11 The following new paragraph is inserted after the last paragraph: I 12 13 All cure box costs shall be incidental to the associated item of work. 14 15 6-02.3(6)A2 Cold Weather Protection 16 The first sentence in the first paragraph is revised to read: 17 18 This Specification applies when the weather forecast on the day of concrete placement 19 predicts air temperatures below 35°F at any time during the 7 days following placement. 20 21 The first sentence of the second paragraph is revised to read: I 22 23 The temperature of the concrete shall be maintained above 50°F during the entire I 24 curing period or 7 days, whichever is greater. 25 26 6-02.3(10)A Preconstruction Meeting 27 This section including title is revised to read: 28 29 6-02.3(10)A Pre-Deck Pour Meeting 30 A pre-deck pour meeting shall be held 5 to 10 working days before placing deck I 31 concrete to discuss construction procedures, personnel, equipment to be used, 32 concrete sampling and testing and deck finishing and curing operations. Those 33 attending shall include, at a minimum,the superintendent, foremen in charge of placing I 34 and finishing concrete, and representatives from the concrete supplier and the concrete 35 pump truck supplier. 36 I 37 38 If the project includes more than one bridge deck, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, additional 39 conferences shall be held before each deck placement. I 40 41 6-02.3(10)D Concrete Placement, Finishing, and Texturing 42 This section's content is deleted and replaced with the following new sub-sections: 43 I44 6-02.3(10)D1 Test Slab Using Bridge Deck Concrete 45 After the Contractor receives the Engineer's approval for the Class 4000D concrete mix 46 design, and a minimum of seven calendar days prior to the first placement of bridge I 47 deck concrete, the Contractor shall construct a test slab using concrete of the approved 48 mix design. 49 I 50 The test slab may be constructed on grade, shall have a minimum thickness of eight- 51 inches, shall have minimum plan dimensions of 10-feet along all four edges, and shall 52 be square or rectangular. I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 1 2 During construction of the test slab,the Contractor shall demonstrate concrete sampling 3 and testing, use of the concrete temperature monitoring system, the concrete fogging 4 system, concrete placement system, and the concrete finishing operation. The 5 Contractor shall conduct the demonstration using the same type of equipment to be I 6 used for the production bridge decks, except that the Contractor may elect to finish the 7 test slab with a hand-operated strike-board. 8 9 After the construction of the test slab and the demonstration of bridge deck construction I 10 operations is complete,the Contractor shall remove and dispose of the test slab in • 11 accordance with Sections 2-02.3 and 2-03.3(7)C. 12 13 6-02.3(10)D2 Preparation for Concrete Placement 14 Before placing bridge approach slab concrete, the subgrade shall be constructed in 15 accordance with Sections 2-06 and 5-05.3(6). 16 17 Before any concrete is placed, the finishing machine shall be operated over the entire 18 length of the deck/slab to check screed deflection. Concrete placement may begin only 19 if the Engineer approves after this test. 20 21 Immediately before placing concrete,the Contractor shall check (and adjust if 22 necessary) all falsework and wedges to minimize settlement and deflection from the 23 added mass of the concrete deck/slab. The Contractor shall also install devices, such 24 as telltales, by which the Engineer can readily measure settlement and deflection. 25 ,26 6-02.3(10)D3 Concrete Placement 27 The placement operation shall cover the full width of the bridge deck or the full width 28 between construction joints. The Contractor shall locate any construction joint over a I 29 beam or web that can support the deck/slab on either side of the joint. The joint shall not 30 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in 31 true alignment. The Contractor shall not release falsework or wedges supporting bridge 32 deck placement sections on either side of a joint until each side has aged as these 33 Specifications require. 34 35 Placement of concrete for bridge decks and bridge approach slabs shall comply with 36 Section 6-02.3(6). In placing the concrete, the Contractor shall: 37 38 1. Place it(without segregation) against concrete placed earlier, as near as 39 possible to its final position, approximately to grade, and in shallow, closely 40 spaced piles; 41 42 2. Consolidate it around reinforcing steel by using vibrators before strike-off by the 43 finishing machine; 44 45 3. Not use vibrators to move concrete; 46 47 4. Not revibrate any concrete surface areas where workers have stopped prior to I 48 screeding; 49 50 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 51 before concreting them; 52 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4!6115 I 1 6. Maintain a slight excess of concrete in front of the screed across the entire 2 width of the placement operation; • 3 4 -7. Operate the finishing machine to create a surface that is true and ready for final 5 finish without overfinishing or bringing excessive amounts of mortar to the I6 surface; and 7 8 8. Leave a thin, even film of mortar on the concrete surface after the last pass of III 9 the finishing machine pan. 10 11 Workers shall complete all post screeding operations without walking on the concrete. I 12 This may require work bridges spanning the full width of the deck/slab. 13 14 After removing the screed supports, the Contractor shall fill the voids with concrete(not I 15 16 mortar). 17 If the surface left by the finishing machine is porous, rough, or has minor irregularities, I 18 the Contractor shall float the surface of the concrete. Floating shall leave a smooth and 19 even surface. Float finishing shall be kept to the minimum number of passes necessary 20 to seal the surface. The floats shall be at least 4-feet long. Each transverse pass of the 21 float shall overlap the previous pass by at least half the length of the float. The first 22 floating shall be at right angles to the strike-off. The second floating shall be at right I 23 p angles to the centerline of the span. A smooth riding surface shall be maintained across 9 24 construction joints. I 25 26 The edge of completed roadway slabs at expansion joints and compression seals shall 27 have a 3/8-inch radius. I 28 29 After floating, but while the concrete remains plastic, the Contractor shall test the entire 30 deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing I 31 32 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than one 33 half the length of the straightedge each time it advances. This procedure shall be I 34 repeated with the straightedge held perpendicular to the centerline.An acceptable 35 surface shall be one free from deviations of more than 1/8-inch under the 10-foot 36 straightedge. 37 I38 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 39 strike off, consolidate, and refinish them. High areas shall be cut down and refinished. 40 Retesting and refinishing shall continue until a surface conforming to the requirements I 41 specified above is produced. 42 43 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement I 44 The Contractor shall monitor and record the concrete temperature and ambient 45 temperature hourly for seven calendar days after placement. The Contractor shall 46 monitor and record concrete temperature by placing two maturity meter temperature 47 monitoring devices in the bridge deck at locations specified by the Engineer. The 48 Contractor shall monitor ambient temperature using maturity meters near the locations 49 where concrete temperature is being monitored. When the bridge deck is being enclosed and heated to meet cold weather requirements, ambient temperature readings ISO 51 shall be taken within the enclosure. The Contractor shall submit the concrete I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK I Revised: 4/8115 i 1 temperature and ambient temperature data to the Engineer in spreadsheet format within 2 14 calendar days from placing the bridge deck concrete. 3 4 The Contractor shall submit the type and model of maturity meter temperature 5 monitoring device, and the associated devices responsible for recording and 6 documenting the temperature and curing time, to the Engineer at least 14 calendar days 7 prior to the pre-concreting conference for the first bridge deck to be cast. The 8 placement and operation of the temperature monitoring devices and associated devices 9 will be an agenda item at the pre-concreting conference for the first bridge deck to be • 10 cast. 11 12 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing ' 13 Except as otherwise specified for portions of bridge decks receiving an overlay or 14 sidewalk under the same Contract, the Contractor shall texture the surface of the bridge 15 deck as follows: 16 17 The Contractor shall texture the bridge deck using diamond tipped saw blades 18 mounted on a power driven, self-propelled machine that is designed to texture 19 concrete surfaces. The grooving equipment shall provide grooves that are 1/8"t 20 1/64"wide, 3/16"± 1/16"deep, and spaced at 3/4"t 1/8". The bridge deck shall 21 not be textured with a metal tined comb. 22 23 The Contractor shall submit the type of grooving equipment to be used to the 24 Engineer for approval 30 calendar days prior to performing the work. The 25 Contractor shall demonstrate that the method and equipment for texturing the I 26 bridge deck will not chip, spell or otherwise damage the deck. The Contractor shall 27 not begin texturing the bridge deck until receiving the Engineer's approval of the 28 Contractor's method and equipment. 29 30 Unless otherwise approved by the Engineer, the Contractor shall texture the 31 concrete bridge deck surface either in a longitudinal direction, parallel with 32 centerline or in a transverse direction, perpendicular with centerline. The 33 Contractor shall texture the bridge deck surface to within 3-inches minimum and 34 15-inches maximum of the edge of concrete at expansion joints, within 1-foot I 35 minimum and 2-feet maximum of the curb line, and within 3-inches minimum and 9- 36 inches maximum of the perimeter of bridge drain assemblies. 37 38 The Contractor shall contain and collect all concrete dust and debris generated by 39 the bridge deck texturing process, and shall dispose of the collected concrete dust 40 and debris in accordance with Section 2-03.3(7)C. 41 1 42 If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the 43 bridge deck, the Contractor shall produce the final finish of these areas by dragging a 44 strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. • 45 Approximately 3-feet of the drag shall contact the surface, with the least possible bow in 46 its leading edge. It shall be kept wet and free of hardened lumps of concrete. When the 47 burlap drag fails to produce the required finish, the Contractor shall replace it. When not 48 in use, it shall be lifted clear of the bridge deck. 49 50 After the bridge deck has cured, the surface shall conform to the surface smoothness 51 requirements specified in Section 6-02.3(10)D3. 52 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 The surface texture on any area repaired to address out-of-tolerance surface I 2 smoothness shall match closely that of the surrounding bridge deck area at the 3 completion of the repair. Methods used to remove high spots shall cut through the 4 mortar and aggregate without breaking or dislodging the aggregate or causing spells. 5 is 6 6-02.3(10)D6 Bridge Approach Slab Finishing and Texturing 7 Bridge approach slabs shall be textured either in accordance with Section 6-02.3(10)D5, 8 or using metal tined combs in the transverse direction, except bridge approach slabs ' 9 receiving an overlay in the same Contract shall be finished as specified in Section 6- 10 02.3(10)D5 only. 11 I 12 13 The comb shall be made of a single row of metal tines. It shall leave striations in the fresh concrete approximately 3/16-inch deep by 1/8-inch wide and spaced 14 approximately 1/2-inch apart. The Engineer will decide actual depths at the site. If the ' 15 16 comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section. The Contractor may operate the combs manually or 17 mechanically, either singly or with several placed end to end. The timing and method I 18 used shall produce the required texture without displacing larger particles of aggregate. 19 20 Texturing shall end 2-feet from curb lines. This 2-foot untextured strip shall be hand 21 finished with a steel trowel. 22 23 Surface smoothness, high spots, and low spots shall be addressed as specified in 24 Section 6-02.3(10)D5. The surface texture on any area cut down or built up shall match I 25 closely that of the surrounding bridge approach slab area. The entire bridge approach 26 slab shall provide a smooth riding surface. 27 28 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 29 In the first paragraph, the following sentence is inserted after the first sentence: 30 I 31 Unless otherwise shown in the Plans, the pavement end of the bridge approach slab 32 shall be constructed normal to the Roadway centerline. 33 ' 34 The following new paragraph is inserted before the last paragraph: 35 36 The compression seal shall be a 2-1/2 inch wide gland selected from the current 37 Qualified Products List. 38 39 6-02.3(11) Curing Concrete 40 Items number 1 through 4 are deleted and replaced with the following 5 new numbered ' 41 items: 42 43 1. Bridge sidewalks, roofs of cut and cover tunnels—curing compound covered by I 44 white, reflective type sheeting or continuous wet curing. Curing by either method 45 shall be for at least 10 days. 46 47 2. Bridge decks—See Section 6-02.3(11)B. 48. 49 3. Bridge approach slabs (Class 4000A concrete) -2 coats of curing compound and 50 continuous wet cure for at least 10-days. 51 52 4. Concrete barriers and rail bases–See Section 6-02.3(11)A. ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 2 5. All other concrete surfaces--continuous wet cure for at least three days. 3 4 In the second paragraph, the first sentence is replaced with the following three new 5 sentences: 6 ' 7 During the continuous wet cure, the Contractor shall keep all exposed concrete surfaces 8 saturated with water. Formed concrete surfaces shall be kept in a continuous wet cure 9 by leaving the forms in place. If forms are removed during the continuous wet cure 10 period, the Contractor shall treat the concrete as an exposed concrete surface. 11 12 The third paragraph is revised to read: 13 14 When curing Class 4000A, two coats of curing compound that complies with Section 9- 15 23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the I 16 bridge approach slab. The continuous wet cure shall be established as soon as the 17 concrete has set enough to allow covering without damaging the finish. 18 19 In the fifth paragraph, the first sentence is revised to read: 20 21 If the Plans call for an asphalt overlay on the bridge approach slab,the Contractor shall 22 use the clear curing compound (Type 1, Class B), applying at least 1 gallon per 150 23 square feet to the concrete surface. 24 25 The eighth paragraph is deleted. ' 26 27 6-02.3(11)A2 Slip-Form Barrier 28 In the fourth paragraph, item number 1, "Type 1D" is revised to read "Type 1". 29 30 6-02.3(11)B Curing Bridge Decks 31 This new section is supplemented with the following new sub-sections: 32 33 6-02.3(11)B1 Equipment 34 The Contractor shall maintain a wet sheen, without developing pooling or sheeting I 35 water, using a fogging apparatus consisting of pressure washers with a minimum nozzle 36 output of 1,500 psi, or other means approved by the Engineer. 37 I 38 The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 39 calendar days prior to the pre-concreting conference. The Contractor's plan shall 40 describe the sequence and timing that will be used to fog the bridge deck, apply pre- 41 soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. 42 43 6-02.3(11)B2 Curing 44 The fogging apparatus shall be in place and charged for fogging prior to beginning ' 45 concrete placement for the bridge deck. 46 47 The Contractor shall presoak all burlap to be used to cover the deck during curing. 48 49 Immediately after the finishing machine passes over finished concrete, the Contractor 50 shall implement the following tasks: 51 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without I 2 developing pooling or sheeting water. 3 4 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover 5 the deck without damaging the finish, other than minor marring of the concrete I6 surface. The Contractor shall not apply curing compound. 7 8 3. The Contractor shall continue to keep the burlap wet by fog spraying until the I 9 burlap is covered by soaker hoses and white reflective sheeting. The 10 Contractor shall place the soaker hoses and whiter reflective sheeting after the 11 concrete has achieved initial set. The Contractor shall charge the soaker hoses 12 frequently so as to keep the burlap covering the entire deck wet during the 13 course of curing. 14 I15 As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system 16 using proprietary curing blankets specifically manufactured for bridge deck curing. 17 Details of the proprietary curing blanket system, including product literature and details I 18 of how the system is to be installed and maintained, shall be submitted to the Engineer 19 for approval. 20 • II 21 The wet curing regime as described shall remain in place for at least 14 consecutive 22 calendar days. 23 24 6-02.3(12)A Construction Joints in New Construction I25 The third paragraph is deleted and replaced with the following three new paragraphs: 26 27 If the Plans require a roughened surface on the joint,the Contractor shall strike it off to I 28 leave grooves at right angles to the length of the member. Grooves shall be installed 29 using one of the following options: 30 I 31 32 1. Grooves shall be '/2 to 1 inch wide, 1/4 to 1/2 inch deep, and spaced equally at twice the width of the groove. Grooves shall terminate approximately 1 %- 33 inches from the face of concrete. I 34 35 2. Grooves shall be 1 to 2 inches wide, a minimum of/2-inch deep, and spaced a 36 maximum of three times the width of the groove. Grooves shall terminate I 37 approximately 1 '/2-inches from the face of concrete. 38 39 If the Engineer approves, the Contractor may use an alternate method to produce a 40 roughened surface on the joint, provided that such an alternate method leaves a I 41 roughened surface of at least a 1/4-inch amplitude. 42 43 If the first strike-off does not produce the required roughness,the Contractor shall I 44 repeat the process before the concrete reaches initial set. The final surface shall be 45 clean and without laitance or loose material. 46 I 47 6-02.3(12)B Construction Joints Between Existing and New Construction 48 The phrase "by method(s) as approved by the Engineer" is deleted from each paragraph in 49 this section. I 50 51 6-02.3(13) Expansion Joints 52 The first sentence of the second paragraph is revised to read: I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 2 Joints made of a vulcanized, elastomeric compound (with neoprene as the only 3 polymer) shall be installed with a lubricant adhesive as recommended by the 4 manufacturer. 5 6 In the third paragraph, "injuring" is revised to read "damaging". 7 8 The following two new subsections are added: 9 111 10 6-02.3(13)A Strip Seal Expansion Joint System 11 The Contractor shall submit Working Drawings consisting of the strip seal expansion 12 joint shop drawings in accordance with Section 6-03.3(7). These plans shall include, at 13 a minimum, the following: 14 15 1. Plan, elevation, and sections of the joint system and all components, with 16 dimensions and tolerances. 17 18 2. All material designations. 19 20 3. Manufacturer's written installation procedure. 21 22 4. Corrosion protection system used on the metal components. 23 24 5. Locations of welded shear studs, lifting mechanisms, temperature setting 25 devices, and construction adjustment devices. ' 26 27 6. Method of sealing the system to prevent leakage of water through the joint. 28 29 The strip seal shall be removable and replaceable. 30 31 The metal components shall conform to ASTM A 36,ASTM A 992, or ASTM A 572, and 32 shall be protected against corrosion by one of the following methods: 33 34 1. Zinc metallized in accordance with Section 6-07.3(14). 35 36 2. Hot-dip galvanized in accordance with AASHTO M 111. 37 38 3. Paint in accordance with Section 6-07.3(9). The color of the top coat shall be 39 Federal Standard 595 Color No. 26420. The surfaces embedded in concrete 40 shall be painted only with a shop primer coat of paint conforming to Section 9- 41 08.1(2)C. 1 42 43 The strip seal gland shall be continuous for the full length of the joint with no splices 44 permitted, unless otherwise shown in the Plans. 45 46 Other than items shown in the Plans, threaded studs used for construction adjustments 47 are the only items that may be welded to the steel shapes provided they are removed 48 by grinding after use, and the area repaired by application of an approved corrosion 49 protection system. 50 ' 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 I 1 If the opening between the steel shapes is anticipated to be less than 1-1/2 inches at 2 the time of seal installation,:the seal may be installed prior to encasement of the steel 3 shapes in concrete. 4 5 After the joint system is installed, the joint shall be flooded with water and inspected, I6 from below the joint, for leakage. If leakage is observed, the joint system shall be 7 repaired by the Contractor, as recommended by the manufacturer. 8 I 9 6-02.3(13)B Compression Seal Expansion Joint System 10 Compression seal glands shall be selected from the current Qualified Products List and 11 sized as shown in the Plans. I 12 13 The compression seal expansion joint system shall be installed in accordance with the 14 manufacturer's written recommendations. The Contractor shall submit a Type 1 Working I 15 Drawing consisting of the manufacturer's written installation procedure and repair 16 procedures if leakage testing fails. 17 I 18 After the joint system is installed, the joint area shall be flooded with water and 19 inspected, from below the joint, for leakage. If leakage is observed, the joint system 20 shall be repaired by the Contractor, as recommended by the manufacturer. 21 I22 6-02.3(14) Finishing Concrete Surfaces 23 The last sentence of the first paragraph is revised to read: 24 I 25 The Contractor shall clean and refinish any stained or discolored surfaces. 26 27 The following new subsection is added: I 28 29 6-02.3(14)D General Requirements for Concrete Surface Finishes Produced by 30 Form Liners I 31 Horizontal and vertical joints shall be spliced in accordance with the manufacturer's 32 printed instructions. The Contractor shall submit a Type 1 Working Drawing consisting 33 of the manufacturer's joint splice instructions. 35 Horizontal splicing of ABS and plastic form liners to achieve the required height is not 36 permitted and there shall be no horizontal joints. The concrete formed with ABS and 37 plastic form liners shall be given a light sandblast to remove the glossy finish. I38 39 Side forms, traffic barrier forms, and pedestrian barrier forms using these form liners 40 may be removed after 24 hours provided the concrete mix used includes a water- . ' 41 reducing admixture, and the concrete reaches 1,400 psi minimum compressive strength 42 before form removal. Concrete in load supporting forms utilizing these form liners shall 43 be cured in accordance with Section 6-02.3(17)N. Once the forms are removed, the I 44 Contractor shall treat the joint areas by patching or light sandblasting as required by the 45 Engineer to ensure that the joints are not visible. 46 I 47 Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners 48 with repairs, patches, or defects which, in the opinion of the Engineer, would result in 49 adverse effects to the concrete finish shall not be used. 50 • 51 Care shall be taken to ensure uniformity of color throughout the textured surface.A 52 change in form release agent will not be allowed. I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 2 All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form 3 ties shall be a type that leaves a clean hole when removed. All spells and form tie holes 4 shall be filled as specified for a Class 2 surface finish. 5 6 6-02.3(14)C Pigmented Sealer for Concrete Surfaces 7 The first sentence(up until the colon) is revised to read: 8 9 The Contractor shall submit a Type 1 Working Drawing consisting of the pigmented ' 10 sealer manufacturer's written instructions covering, at a minimum, the following: 11 12 The second paragraph is deleted. 13 14 In the last sentence of the third paragraph, "approval" is revised to read"acceptance". 15 16 6-02.3(15) Date Numerals 17 The third sentence in the first paragraph is revised to read: 18 19 When an existing Structure is widened or when traffic barrier is placed on an existing 20 Structure, the date shall be for the year in which the original Structure was completed. 21 22 6-02.3(16) Plans for Falsework and Formwork 23 This section is revised to read: • 24 25 The Contractor shall submit all plans for falsework and formwork as Type 2E Working I 26 Drawings. Submittal is not required for footing or retaining wall formwork if the wall is 4 27 feet or less in height(excluding pedestal height). 28 '29 The design of falsework and formwork shall be based on: 30 31 1. Applied loads and conditions which are no less severe than those described in I 32 Section 6-02.3(17)A, Design Loads; 33 34 2. Allowable stresses and deflections which are no greater than those described in 35 Section 6-02.3(17)B,Allowable Stresses and Deflections; 36 37 3. Special loads and requirements no less severe than those described in 38 Section 6-02.3(17)C, Falsework and Formwork at Special Locations; I 39 40 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. , 41 42 The falsework and formwork plans shall be scale drawings showing the details of 43 proposed construction, including: sizes and properties of all members and components; 44 spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete 45 placement, placement sequence, direction of placement, and location of construction 46 joints; identification of falsework devices and safe working loads as well as identification 47 of any bolts or threaded rods used with the devices including their diameter, length, 48 type, grade, and required torque. The falsework plans shall show the proximity of 49 falsework to utilities or any nearby Structures including underground Structures. 50 Formwork accessories shall be identified according to Section 6-02.3(17)H, Formwork 51 Accessories. All assumptions, dimensions, material properties, and other data used in 52 making the structural analysis shall be noted on the drawing. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/1$ I 1 I 2 The Contractor shall furnish associated design calculations to the Engineer as part of 3 the submittal. The design calculations shall show the stresses and deflections in load 4 supporting members. Construction details which may be shown in the form of sketches 5 on the calculation sheets shall be shown in the falsework or formwork drawings as well. I6 Falsework or formwork plans will be rejected in cases where it is necessary to refer to 7 the calculation sheets for information needed for complete understanding of the 8 falsework and formwork plans or how to construct the falsework and formwork. I 9 10 Each sheet of falsework and formwork plans shall carry the following: 11 I 12 1. The initials and dates of all participating design professionals. 13 14 2. Clear notation of all revisions including identification of who authorized the I15 revision,who made the revision, and the date of the revision. 16 17 3. The Contract number, Contract title, and sequential sheet number. These shall I 18 also be on any related documents. 19 20 4. Identify where the falsework and formwork plan will be utilized by referencing I21 Contract Plan sheet number and related item or detail. 22 23 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 24 This section, including title, is deleted in its entirety and replaced with the following: I25 26 6-02.3(16)A Vacant 27 1 28 6-02.3(16)B Preapproved Formwork Plans 29 This section, including title, is revised to read: 30 I 31 6-02.3(16)B Pre-Contract Review of Falsework and Formwork Plans 32 The Contractor may request pre-contract review of formwork plans for abutments, 33 wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, I 34 railings, and bulkheads. Plans for falsework supporting the bridge deck for interior 35 spans between precast prestressed concrete girders may also be submitted for pre- 36 contract review. I 37 38 To obtain pre-contract review, the Contractor shall electronically submit drawings and 39 design calculations in PDF format directly to: 40 I41 BridgeConstructionSupport©wsdot.wa.gov 42 43 The Bridge and Structures Office, Construction Support Engineer will return the 1 44 falsework or formwork plan to the Contractor with review notes, an effective date of 45 review, and any revisions needed prior to use. For each contract on which the pre- 46 reviewed falsework or formwork plans will be used, the Contractor shall submit a copy I 47 to the Engineer. Construction shall not begin until the Engineer has given concurrence. 48 49 If the falsework or formwork being constructed has any deviations to the preapproved I 50 falsework or formwork plan, the Contractor shall submit plan revisions for review and 51 approval in accordance with Section 6-02.3(16). 52 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 6-02.3(17)A Design Loads 2 The fifth paragraph is revised to read: 3 4 Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over 5 the entire falsework plan area, plus the greater of: 6 7 1. Actual weights of the deck finishing equipment applied at the rails, or; 8 9 2. A minimum load of 75 pounds per linear foot applied at the edge of the bridge 10 deck. 11 12 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 13 The second and third to last paragraphs are deleted. 14 15 .6-02.3(17)K Concrete Forms on Steel Spans ' 16 The second sentence of the last paragraph is revised to read: 17 18 The Contractor shall fill the holes with fully torqued ASTM A 325 bolts in accordance 19 with Section 6-03.3(33). 20 21 6-02.3(17)0 Early Concrete Test Cylinder Breaks 22 The third paragraph is revised to read: 23 24 The cylinders shall be cured in the field in accordance with WSDOT FOP for AASHTO T 25 23 Section 10.2 Field Curing. 26 27 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 28 The first five paragraphs are deleted and replaced with the following two new paragraphs: 29 30 Grout shall conform to Section 9-20.3(2)for anchor bolts and for bearing assemblies 31 with bearing plates. Grout shall conform to Section 9-20.3(3)for elastomeric bearing I 32 pads and fabric pad bearings without bearing plates. 33 34 Grout shall be a workable mix with a viscosity that is suitable for the intended 35 application. The Contractor shall receive approval from the Engineer before using the 36 grout. 37 38 6-02.3(24)C Placing and Fastening 39 The twelfth paragraph is revised to read: 40 41 In bridge decks, a"mat" is two adjacent and perpendicular layers of reinforcing steel. 42 Top and bottom mats shall be supported adequately to hold both in their proper 43 positions. If No.4 bars make up the lower layer of steel in a mat, it shall be blocked at 44 not more than 3-foot intervals (or 4-foot intervals for bars No.5 and larger). Wire ties to 45 girder stirrups shall not be considered as blocking. To provide a rigid mat,the 46 Contractor shall add other supports and tie wires to the top mat as needed. 47 48 In the fourteenth paragraph, the description following "2%inches between" is revised to 49 read: 50 51 Adjacent bars in a layer. Bridge deck and bridge approach slab bars and the top of the 52 slab. 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 I 1 I 2 In the fourteenth paragraph, the description following "2 inches between" is supplemented 3 with the following new sentence: 4 5 Bars and the surface of concrete when not specified otherwise in this Section or in the I6 Plans. 7 8 In the fourteenth paragraph, the first sentence in the description following 41%inches I 9 between" is deleted. 10 11 The fifteenth paragraph is revised to read: I 12 13 Except for top cover in bridge decks and bridge approach slabs, cover to ties and 14 stirrups may be%inch less than the values specified for main bars but shall not be less I 15 16 than 1 inch. 17 In the sixteenth paragraph, the first item in the second subparagraph is revised to read: I 18 19 The clearance to the top surface of bridge decks 20 and bridge approach slabs +Y.in/-0". 21 I 22 6-02.3(24)E Welding Reinforced Steel 23 This section is revised to read: 24 I 25 Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS D1.4 26 Structural Welding Code- Reinforcing Steel, latest edition, except where superseded by 27 the Special Provisions, Plans, and these Specifications. I 28 29 Before any welding begins, the Contractor shall submit a Type 2 Working Drawing • 30 consisting of the welding procedure for each type of welded splice to be used, including I 31 32 the weld procedure specifications and joint details. The weld procedure specifications shall be written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of 33 tensile strength, macroetch, and visual examination shall be included. The form shall I 34 be signed and dated. 35 36 Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be I 37 38 responsible for the testing and qualification of welders, and shall submit Type 2 Working Drawings consisting of welder qualification and retention records. The weld joint and 39 welding position a welder is qualified in shall be in accordance with AWS D1.4. The 40 welder qualifications shall remain in effect indefinitely unless, (1)the welder is not I 41 engaged in a given process of welding for which the welder is qualified for a period 42 exceeding six months, or(2)there is some specific reason to question a welder's ability. 43 I 44 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 45 Table 5.1. All filler metals shall be low-hydrogen and handled in compliance with low- 46 hydrogen practices specified in the AWS code. I 47 48 Short circuiting transfer with gas metal arc welding will not be allowed. Slugging of 49 welds will not be allowed. I 50 51 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop 52 reinforcing shall be considered Flare-V groove welds, indirect butt joints. I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 2 The Contractor is responsible for using a welding sequence that will limit the alignment I 3 distortion of the bars due to the effects of welding. The maximum out-of-line permitted 4 will be 1/4 inch from a 3.5-foot straight-edge centered on the weld and in line with the 5 bar. 6 7 The ground wire from the welding machine shall be clamped to the bar being welded. 8 9 Where epoxy-coated steel reinforcing bars are specified to be spliced by welding, the 10 epoxy coating shall be left off or removed from the surfaces to be heated, but in no 11 cases less than six inches of each bar being welded. After the welding is complete, the 12 Contractor shall apply epoxy patching material to the uncoated portions of the bar in 13 accordance with Section 6-02.3(24)H. 14 15 6-02.3(25) Prestressed Concrete Girders 16 In the first paragraph, the last sentence is revised to read: 17 18 WSDOT certification will be granted at, and renewed during, the annual prestressed I 19 plant review and approval process in accordance with WSDOT Materials Manual M 46- 20 01.04 Standard Practice QC 6. 21 22 6-02.3(25)1 Fabrication Tolerances 23 In the first paragraph, item number 21 is revised to read: 24 I 25 21. Differential Camber Between Girders in a Span (measured in place at the job 26 site): 27 For deck bulb tee girders and PCPS Cambers shall be equalized when the I members with grouted shear keys: differences in cambers between adjacent girders exceeds t'/4 inch For deck bulb tee girders and PCPS Cambers shall be equalized when the members without grouted shear keys: differences in cambers between adjacent girders exceeds±1/2 inch For all other prestressed concrete t'/8 inch per 10 feet of girder length girders: 28 29 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection 30 This section, including title, is revised to read: 31 32 Deck Bulb Tee Girder Flange and PCPS Member Connection 33 The Contractor shall submit a method of equalizing deflections as a Type 1 Working 34 Drawing. Any temporary strands in the top flange shall be cut per Section 6-02.3(25)N 35 prior to equalizing girder deflections. 36 37 Deck bulb tee girders and PCPS members with grouted shear keys shall be constructed 38 in the following sequence: 39 40 1. Deflections shall be equalized per the Contractor's equalization plan. 41 42 2. Intermediate diaphragms shall be placed and weld ties shall be welded. 43 Welding ground shall be attached directly to the steel plates being welded when 44 welding the weld-ties. 45 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 • I 1 3. The keyways shown fl us h with the in the Plans to receive grout shall be filled I 2 3 surrounding surfaces using a grout conforming to Section 9-20.3(2). li 4 4. Equalization equipment shall not be removed and other construction equipment 5 shall not be placed on the structure until intermediate diaphragms have attained I6 a minimum compressive strength of 2,500 psi and keyway grout has achieved a 7 minimum compressive strength of 4000 psi. 8 I 9 Deck bulb tee girders and PCPS members without grouted shear keys shall be 10 constructed in the following sequence: 11 I12 1. Deflections shall be equalized per the Contractor's equalization plan. 13 14 2. Intermediate diaphragms shall be placed and weld ties shall be welded. ' 15 Welding ground shall be attached directly to the steel plates being welded when 16 welding the weld-ties. ' 17 I 18 3. Equalization equipment shall not be removed and other construction equipment 19 shall not be placed on the structure until intermediate diaphragms have attained 20 a minimum compressive strength of 2,500 psi. 21 I22 6-02.3(26)F Prestressing Reinforcement 23 The last sentence in the fourth paragraph is revised to read: 24 25 If the prestressing reinforcement will not be stressed and grouted for more than 7 26 calendar days after it is placed in the ducts, the Contractor shall place an approved 27 corrosion inhibitor conforming to Federal Specification MIL-l-22110C in the ducts. I 28 29 6-02.3(28) Precast Concrete Panels 30 In the first paragraph, the third sentence is revised to read: I 31 32 WSDOT Certification will be granted at, and renewed during, the annual precast plant 33 review and approval process in accordance with WSDOT Materials Manual M 46-01.04 I34 35 Standard Practice QC 7. 36 6-02.4 Measurement I 37 The following three new paragraphs are inserted before the last paragraph: 38 39 Expansion joint system seal -superstr.will be measured by the linear foot along its 40 completed line and slope. I41 42 Expansion joint modification will be measured by the linear foot of expansion joint 43 modified along its completed line and slope. I 44 45 Prestressed concrete girder will be measured by the linear foot of girder specified in the 46 Proposal. I 47 48 6-02.5 Payment 49 In the paragraph following the bid item"Commercial Concrete", per cubic yard the second I 501 sentence is revised to read: 51 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 1 All costs in connection with concrete curing, producing concrete surface finish with form 2 liners, and furnishing and applying pigmented sealer to concrete surfaces as specified, 3 shall be included in the unit contract price per cubic yard for"Conc. Class " 4 5 The following new paragraph is inserted after the bid item "Superstructure (name bridge)", 6 lump sum: 7 8 All costs in connection with constructing, finishing and removing the bridge deck test 9 slab as specified in Section 6-02.3(10)D1 shall be included in the lump sum Contract I 10 price for"Superstructure "or"Bridge Deck_"for one bridge in each project, as 11 applicable. 12 I 13 In the paragraph following the bid item "Epoxy-Coated St. Reinf. Bar ", per pound, the 14 first sentence is revised to read: 15 16 Payment for reinforcing steel shall include the cost of drilling holes in concrete for, and 17 setting, steel reinforcing bar dowels with epoxy bonding agent, and furnishing, 18 fabricating, placing, and splicing the reinforcement. 19 20 The bid item "Cure Box", lump sum and paragraph following bid item are deleted. 21 22 The following three new bid items are inserted before the bid item "Bridge Approach Slab", I 23 per square yard: 24 25 "Expansion Joint System -Superstr.", per linear foot. ' 26 27 "Expansion Joint Modification - ", per linear foot. 28 29 "Prestressed Conc. Girder ", per linear foot. 30 31 6-03.AP6 ' 32 Section 6-03, Steel Structures 33 April 6, 2015 , 34 6-03.2 Materials 35 The first sentence in the fifth paragraph is revised to read: 36 37 The Contractor shall submit Type 1 Working Drawings describing the methods for 38 visibly marking the material so that it can be traced. 39 40 6-03.3 Construction Requirements 41 This section is revised to read: 42 43 Structural steel fabricators of plate and box girders, floorbeams, truss members, 44 stringers, cross frames, diaphragms, and laterals shall be certified under the AISC 45 Certification Program for Steel Bridge Fabricators,Advanced Bridges Category. When I 46 fracture critical members are specified in the contract, structural steel fabricators shall 47 also meet the supplemental requirements F, Bridges with Fracture-Critical Members, 48 under the AISC Certification Program for Steel Bridge Fabricators. 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 6-03.3(7) Shop Plans 2 This section is revised to read: 3 4 The Contractor shall submit all shop detail plans for fabricating the steel as Type 2 5 Working Drawings. 6 7 If these plans will be submitted directly from the fabricator, the Contractor shall so notify 8 the Engineer in writing. 9 10 No material shall be fabricated until: (1)the Working Drawing review is complete, and 11 (2)the Engineer has accepted the materials source. ' 12 13 Before physical completion of the project, the Contractor shall furnish the Engineer one 14 set of reproducible copies of the as-built shop plans. The reproducible copies shall be 15 clear, suitable for microfilming, and on permanent sheets that measure no smaller than 16 11 by 17-inches. Alternatively, the shop drawings may be provided in an electronic 17 format with the concurrence of the Engineer. I . 19 6-03.3(7)A Erection Methods 20 The first paragraph is revised to read: ' 21 22 Before beginning to erect any steel Structure, the Contractor shall submit Type 2E 23 Working Drawings consisting of the erection plan and procedure describing the methods 24 the Contractor intends to use. 25 26 The second paragraph (up until the colon) is revised to read: 27 ' 28 The erection plan and procedure shall provide complete details of the erection process 29 including, at a minimum, the following: 30 31 The third paragraph (up until the colon) is revised to read: 32 33 As part of the erection plan Working Drawings, the Contractor may submit details of an ' 34 35 engineered and fabricated lifting bracket bolted to the girder top flanges providing the following requirements are satisfied: 36 I 37 In the third paragraph, the second sentence of item number 4 is revised to read: 38 39 Certification documentation from a previous project may be submitted; 40 41 The last sentence of the fourth paragraph is deleted. 42 43 The last paragraph is deleted. 44 45 6-03.3(10) Straightening Bent Material 46 In the first paragraph, the last sentence is revised to read: 47 48 A limited amount of localized heat may be applied only if carefully planned and 49 supervised, and only in accordance with the heat-straightening procedure Working 50 Drawing submittal. 51 52 The third paragraph is revised to read: ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 1 2 After straightening, the Contractor shall inspect the member for fractures using a 3 method proposed by the Contractor and accepted by the Contracting Agency. 4 5 The last paragraph is revised to read: 6 7 The procedure for heat straightening of universal mill (UM) plates by the mill or the 8 fabricator shall be submitted as a Type 2 Working Drawing. 9 1 10 6-03.3(14) Edge Finishing 11 In the first paragraph, the last sentence is revised to read: 12 13 Corners along exposed edges shall be by light grinding or another method 14 acceptable to the Engineer to achieve an approximate 1/16-inch chamfer or rounding. 15 16 In the fifth paragraph, the last sentence is revised to read: 17 18 The fabricator shall prevent excessive hardening of flange edges through preheating, 19 post heating, or control of the burning process as recommended by the steel 20 manufacturer. 21 22 The sixth paragraph is revised to read: 23 24 Hardness testing shall consist of testing thermal-cut edges with a portable hardness 25 tester. The hardness tester, and its operating test procedures, shall be submitted as a ' 26 Type 1 Working Drawing. The hardness tester shall be convertible to Rockwell C scale 27 values. 28 29 In the last paragraph, the last sentence is revised to read: 30 31 If thermal-cutting operations conform to procedures established by the steel 32 manufacturer, and hardness testing results are consistently within acceptable limits, the 33 Engineer may authorize a reduction in the testing frequency. 34 9 Y 9 35 6-03.3(15) Planing of Bearing Surfaces 36 This section is supplemented with the following new paragraph: 37 '. 38 Where mill to bear is specified in the Plans, the bearing end of the stiffener shall be 39 flush and square with the flange and shall have at least 75 percent of this area in 40 contact with the flange. 41 42 6-03.3(25) Welding and Repair Welding 43 In the first paragraph, the first sentence is revised to read: 44 45 Welding and repair welding of all steel bridges shall comply with the AASHTO/AWS 46 D1.5M/D1.5, latest edition, Bridge Welding Code. 47 48 In the second paragraph, the last sentence is revised to read: 49 50 No welding,including tack and temporary welds shall be done in the shop or field unless I 51 the location of the welds is shown on the shop drawings reviewed and accepted by the 52 Engineer. 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 ' 2 In the third paragraph, the first sentence is revised to read: 3 4 Welding procedures shall accompany the shop drawing Working Drawing submittal. 5 ' 6 In the fourth paragraph, the first sentence is revised to read: 7 8 Welding shall not begin until completion of the shop plan Working Drawing review as 9 10 required in Section 6-03.3(7). 11 In item number 1 of the ninth paragraph, "approves" is revised to read "concurs". 12 13 6-03.3(25)A3 Ultrasonic Inspection 14 The following new paragraph is inserted before the last paragraph: 15 ' 16 A minimum of 30 percent of complete penetration vertical welds on steel column jackets 17 thicker than 5/16-inch, within 1.50 column jacket diameter of the top and bottom of each ' 18 column, shall be inspected. If any rejectable flaws are found, 100 percent of the weld 19 within the specified limits shall be inspected. The largest column cross section diameter 20 for tapered column jackets shall constitute one column jacket diameter. 21 ' 22 6-03.3(25)A4 Magnetic Particle Inspection 23 Items number 3 and 4 are revised to read: 24 • 25 3. Complete penetration groove welds on plates%e-inch or thinner(excluding steel 26 column jackets) shall be 100 percent tested by the magnetic particle method. 27 Testing shall apply to both sides of the weld, if backing plate is not used. The ends ' 28 of each complete penetration groove weld at plate edges shall be tested by the 29 magnetic particle method. 30 ' 31 32 4. A minimum of 30 percent of complete penetration vertical welds on steel column jackets 5/16-inch or thinner,within 1.50 column jacket diameters of the top and 33 bottom of each column, shall be magnetic particle inspected. The largest column I 34 cross section diameter for tapered column jackets shall constitute one column jacket 35 diameter. 36 I 37 The last paragraph is supplemented with the following new sentence: 38 39 If any rejectable flaws are found in any test length of item 4 above, 100 percent of the 40 weld within the specified limits shall be inspected. ' 41 42 6-03.3(27) High Strength Bolt Holes 43 The last paragraph is revised to read: I 44 45 The Contractor shall submit Type 2 Working Drawings consisting of a detailed outline of 46 the procedures proposed to accomplish the work from initial drilling through shop 47 assembly. 48 49 6-03.3(27)C Numerically Controlled Drilled Connections 50 In the second paragraph, the first sentence is revised to read: 51 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 1 The Contractor shall submit Type 1 Working Drawings consisting of a detailed outline of 2 proposed N/C procedures. 3 4 6-03.3(29) Welded Shear Connectors 5 This section's content is deleted and replaced with the following: 6 7 Installation, production control, and inspection of welded shear connectors shall 8 conform to Chapter 7 of the AASHTO/AWS D1.5M/D1.5:2010 Bridge Welding Code. If 9 welded shear connectors are installed in the shop, installation shall be completed prior 10 to applying the shop primer coat in accordance with Section 6-07.3(9)G. If welded shear 11 connectors are installed in the field, the steel surface to be welded shall be prepared to 12 SSPC-SP 11, power tool cleaning,just prior to welding. 13 14 6-03.3(33) Bolted Connections 15 In the second paragraph, the first sentence is revised to read: , 16 17 The Contractor shall submit Type 1 Working Drawings providing documentation of the 18 bolt tension calibrator, including brand, capacity,model, date of last calibration, and 19 manufacturer's instructions for use. 20 21 In the second sentence of the second paragraph, the word "approved" is deleted. 22 23 In item number 3 of the fifth paragraph, "approved" is revised to read"specified". 24 I 25 In the center column header of table 1, "AASHTO M 164" is revised to read "ASTM A 325". 26 27 In the column headings of table 3, "M 164" is revised to read "A 325". 28 29 In the tenth paragraph, item number 3, "approved" is revised to read"accepted" in the 30 second and third sentences of the first paragraph. 31 32 In the tenth paragraph, item number 3,the third paragraph is revised to read: 33 34 The Contractor shall submit Type 1 Working Drawings of the tension control bolt I 35 assembly, including bolt capacities, type of bolt, nut, and washer lubricant, method of 36 packaging and protection of the lubricated bolt, installation equipment, calibration 37 equipment, and installation procedures. 38 39 In the first sentence of the last paragraph, "AASHTO M 164" is revised to read "ASTM A 40 325". 1 41 42 The second sentence of the last paragraph is revised to read: 43 44 Black ASTM A 325 bolts may be reused once if accepted by the Engineer. ' 45 In the last paragraph, the fourth sentence is revised to read: 46 47 Bolts to be reused shall be relubricated in accordance with the manufacturer's 48 recommendations. 49 50 6-03.3(33)A Pre-Erection Testing 51 In the fifth sentence of the first paragraph, "approved" is revised to read "accepted". 52 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 The third paragraph is revised to read: 2 3 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's 4 detailed procedure for pre-erection (rotational capacity)testing of tension control bolt 5 assemblies. 6 7 6-03.3(33)B Bolting Inspection 8 In the last sentence of the first paragraph, "approved" is revised to read "specified". 9 10 The last paragraph is revised to read: 11 ' 12 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's 13 detailed procedure for routine observation to ensure proper use of the tension control 14 bolt assemblies. 15 16 6-03.3(42) Surface Condition 17 The first subparagraph is revised to read: I 18 • 19 Painted steel surfaces shall be cleaned by methods required for the type of staining. 20 The Contractor shall submit a Type 1 Working Drawing of the cleaning method. 21 22 6-04.AP6 23 Section 6-04, Timber Structures I 24 January 5, 2015 I 25 6-04.3(3) Shop Details 26 This section is revised to read: 27 28 The Contractor shall submit Type 2 Working Drawings consisting of shop detail plans I 29 for all treated timber. These plans shall show dimensions for all cut,framed, or bored 30 timbers. 31 ' 32 6-05.AP6 33 Section 6-05, Piling ' 34 January 5, 2015 35 6-05.3(2) Ordering Piling 36 The last paragraph is deleted. 37 38 6-05.3(3)A Casting and Stressing I 39 In the second sentence of the first paragraph, "poured" is revised to read"cast". 40 41 6-05.3(4) Manufacture of Steel Casings for Cast-In-Place Concrete Piles 42 This section is revised to read: 43 44 The diameter of steel casings shall be as specified in the Contract. A full-penetration 45 groove weld between welded edges is required. 46 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 6-05.3(5) Manufacture of Steel Piles 2 This section is revised to read: 3 4 Steel piles shall be made of rolled steel H-pile sections, steel pipe piles, or of other 5 structural steel sections described in the Contract. A full-penetration groove weld 6 between welded edges is required. 7 8 6-05.3(6) Splicing Steel Casings and Steel Piles 9 This section is revised to read: 10 11 The Engineer will normally permit steel piles and steel casings for cast-in-place 12 concrete piles to be spliced. But in each case,the Contractor shall submit Type 2 13 Working Drawings supporting the need and describing the method for splicing. Welded 14 splices shall be spaced at a minimum distance of 10 feet. Only welded splices will be 15 permitted. 16 17 Splice welds for steel piles shall comply with Section 6-03.3(25) and AWS D1.1/D1.1M, 18 latest edition, Structural Welding Code. Splicing of steel piles shall be performed in I 19 accordance with an approved weld procedure. The Contractor shall submit a Type 2 20 Working Drawing consisting of the weld procedure. For ASTM A 252 material, mill 21 certification for each lot of pipe to be welded shall accompany the submittal. The ends 22 of all steel pipe piling shall meet the fit-up requirements of AWS D1.1/D1.1M,latest 23 edition, Structural Welding Code Section 5.22.3.1, "Girth Weld Alignment(Tubular)," 24 when the material is spliced utilizing a girth weld. 25 26 Splice welds of steel casings for cast-in-place concrete piles shall be the Contractor's 27 responsibility and shall be welded in accordance with AWS D1.1/D1.1M, latest edition, 28 Structural Welding Code.A weld procedure submittal is not required for steel casings 29 used for cast-in-place concrete piles. Casings that collapse or are not watertight, shall 30 be replaced at the Contractor's expense. 31 32 6-05.3(7)B Precast Concrete Piles 33 The second to last sentence of the second paragraph is revised to read: 34 I 35 The Contractor shall submit Type 2 Working Drawings consisting of the method of lifting 36 the piles. 37 38 6-05.3(8) Pile Tips and Shoes 39 In the last paragraph, the second and third sentences are deleted and replaced with the 40 following new sentence: 41 42 If pile tips or shoes other than those denoted in the Qualified Products List are 43 proposed, the Contractor shall submit Type 2 Working Drawings consisting of shop 44 drawings of the proposed pile tip along with design calculations, specifications, material I 45 chemistry and installation requirements, along with evidence of a pile driving test 46 demonstrating suitability of the proposed pile tip. 47 48 6-05.3(9)A Pile Driving Equipment Approval 49 In the first paragraph, the first sentence is revised to read: 50 I 51 Prior to driving any piles, the Contractor shall submit Type 2 Working Drawings 52 consisting of details of each proposed pile driving system. 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 ' 2 In the second paragraph, the first sentence is revised to read: 3 4 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation 5 analysis for all pile driving systems used to drive piling with required ultimate bearing ' 6 capacities of greater than 300 tons. 7 8 In the second paragraph, the second sentence is deleted. 9 10 The last paragraph is revised to read: 11 ' 12 Changes to the pile driving system after completion of the Working Drawing review 13 require a revised Working Drawing submittal. 14 ' 15 6-05.3(9)B Pile Driving Equipment Minimum Requirements 16 In the first paragraph, the first sentence is revised to read: 17 ' 18 For each drop hammer used, the Contractor shall weigh it in the Engineer's presence or 19 submit a Type 1 Working Drawing consisting of a certificate of its weight. 20 21 In the third paragraph, the first sentence is revised to read: 22 23 For each diesel, hydraulic, steam, or air-driven hammer used,the Contractor shall 24 submit a Type 1 Working Drawing consisting of the manufacturer's specifications and ' 25 26 catalog. 27 In the fourth paragraph, "approval" is revised to read "permission". 28 29 The ninth paragraph is revised to read: 30 • ' 31 32 These requirements for minimum hammer size may be waived if a Type 2E Working Drawing is submitted consisting of a wave equation analysis demonstrating the ability of 33 the hammer to obtain the required bearing capacity and minimum tip elevation without ' 34 35 damage to the pile. 36 6-05.3(9)C Pile Driving Leads 37 In the third paragraph, "approved" is revised to read "permitted". ' 38 39 6-05.3(11)F Pile Damage 40 In the first sentence of the second paragraph, "approved" is revised to read"accepted". ' 41 42 6-05.3(11)G Pile Cutoff 43 In the first paragraph, "Engineer's approval" is revised to read "Engineer's permission". I44 45 6-05.3(11)H Pile Driving From or Near Adjacent Structures '46 In the first paragraph, item number 3 is revised to read: ' 47 48 3. Type 2E Working Drawings are submitted in accordance with Sections 1-05.3 and 6- 49 02.3(16), showing the structural adequacy of the existing Structure to safely support ' 50 all of the construction loads. 51 1 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 6-05.3(12) Determination of Bearing Values 2 In the footnote below the formula, "approved by the Engineer" is revised to read "acceptable 3 to the Engineer". 4 5 6-05.3(13) Treatment of Timber Pile Heads 6 In the second paragraph, the first sentence is revised to read: 7 8 After cutting treated timber piles to correct elevation, the Contractor shall brush three 9 coats of a preservative that meets the requirements of Section 9-09 on all pile heads 10 (except those to be covered with concrete footings or concrete caps). 11 12 6-05.3(15) Completion of Cast-In-Place Concrete Piles 13 In the first paragraph, "approval" is revised to read "acceptance". 14 15 6-06.AP6 , 16 Section 6-06, Bridge Railings s 9 17 January 5, 2015 1 18 6-06.3(2) Metal Railings 19 The second paragraph is revised to read: 20 21 Before fabricating the railing, the Contractor shall submit Type 2 Working Drawings 22 consisting of the shop plans. The Contractor may substitute other rail connection details 1 23 for those shown in the Plans if details of these changes show in the shop plans and if 24 the Engineer accepts them in the Working Drawing response comments. In reviewing 25 the shop plan Working Drawings, the Engineer indicates only that they are adequate 26 and complete enough. The review does not indicate a check on dimensions. 27 28 6-07.AP6 li 29 Section 6-07, Painting 30 January 5, 2015 31 6-07.3 Painting 32 This section is supplemented with the following new subsections: 33 34 6-07.3(14) Metallic Coatings 35 36 6-07.3(14)A General Requirements I 37 This specification covers the requirements for thermal spray metallic coatings, with 38 and without additional paint coats, as a means to prevent corrosion. 39 I 40 The coating system consists of surface preparation by wash cleaning and abrasive 41 blast cleaning, thermal spray application of a metallic coating using a material 42 made specifically for that purpose, and, when specified, shop primer coat or shop 43 primer coat plus top coat in accordance with Section 6-07.3(11)A. The system also 44 includes inspection and acceptance requirements. 45 46 6-07.3(14)B Reference Standards 47 SSPC-SP 10/NACE No. 2 Near White Blast Cleaning 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 418/15 I 1 SSPC CS 23.00 Guide for Thermal Spray Metallic Coating Systems 2 ASTM-C-633 Standard Test Method for Adhesion or Cohesion I 3 Strength of Thermal Spray Coatings 4 ASTM D 4417 Standard Test Methods for Field Measurement of 5 Surface Profile ofBlast-Cleaned Steel I6 ASTM D 6386 Standard Practice for Preparation of Zinc(Hot-Dip 7 Galvanized) Coated Iron and Steel Product and 8 Hardware Surfaces for Painting I 9 ASTM D 4541 Standard Test Method for Pull-Off Strength of Coatings 10 Using Portable Adhesion Testers 11 ANSI/AWS C2.18 Guide for the Protection of Steel with Thermal Sprayed 12 Coatings of Aluminum, Zinc and their Alloys and 13 Composites 14 I 15 6-07.3(14)C Quality Assurance 16 A representative sample of each lot of the coating material used shall be submitted 17 to the Engineer for analysis prior to use. Zinc shall have a minimum purity of 99.9 I 18 percent.. Zinc Aluminum 85/15 wire shall be 14 percent minimum to 16 percent 19 maximum aluminum. 20 21 The thermal sprayed coating shall have a uniform appearance. The coating shall - I22 not contain any blisters, cracks, chips or loosely adhering particles, oil or other 23 surface contaminants, nodules, or pits exposing the substrate. 24 I 25 The thermal spray coating shall adhere to the substrate with a minimum bond of 26 700 psi. The Contractor's QA program shall include thermal spray coating bond 27 testing. I 28 29 The Engineer may cut through the coating with a knife or chisel. If upon doing so, 30 any part of the coating lifts away from the base metal 1/4 in. or more ahead of the I 31 32 cutting blade without cutting the metal, then the bond is considered not effective and is rejected. 33 I 34 Coated areas which have been rejected or damaged in the inspection procedure 35 described shall have the defective sections blast cleaned to remove all of the 36 thermal sprayed coating and shall then be recoated. Before resubmittal and 37 inspection, those sections where coating has not reached the required thickness I38 shall be sprayed with additional metal until that thickness is achieved. 39 40 6-07.3(14)D Submittals I 41 The Contractor shall submit to the Engineer, prior to abrasive blast cleaning, a 12 42 inch square steel plate, of the same material and approximate thickness of the steel 43 to be coated, blasted clean in accordance with Section 6-07.3(14)E. The sample 44 plate will be checked for specified angular surface pattern, the abrasive grit size 45 and type used, and the procedure used. This plate shall be used as the visual 46 standard to determine the acceptability of the cleaned surface. In the event the 47 Contractor's cleaning operation is inferior to the sample plate,the Contractor shall I 48 be required to correct the cleaning operation to do a job comparable to the 49 specimen submitted. I 50 51 At the same time as submitting the abrasive blast cleaned steel plate sample, the 52 Contractor shall submit to the Engineer, a second 12 inch square steel plate of the I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 • 1 same material and thickness, cleaned and thermal spray coated in accordance with 2 the same processes and with the same equipment as intended for use in applying 111 3 the thermal spray coatings. The Engineer may request additional cleaned and 4 thermal spray coated samples to be produced and submitted coincident with 5 thermal spray coating of the items specified in the Plans to receive thermal spray 6 coatings. 7 8 6-07.3(14)E Surface Preparation 9 Surface irregularities (e.g., sharp edges and/or carburized edges, cracks, 10 delaminations, pits, etc.) interfering with the application of the coating shall be 11 removed or repaired, prior to wash cleaning. Thermal cut edges shall be ground to 12 reduce hardness to attain the surface profile required from abrasive blast cleaning. I 13 14 All dirt, oil, scaling, etc. shall be removed prior to blast cleaning. All surfaces shall 15 be wash cleaned with either clean water at 8000 psi or water and detergent at 2000 I 16 psi with two rinses with clean water. 17 18 The surface shall be abrasive blast cleaned to near white metal (SSPC-SP 10). I 19 The surface profile shall be measured using a surface profile comparator, replica 20 tape, or other method suitable for the abrasive being used in accordance with 21 ASTM D 4417. 22 23 Where zinc coatings up to and including 0.009 inch thick are to be applied, one of 24 the following abrasive grits shall be used with pressure blast equipment to produce 25 a 3.0 mils AA anchor tooth pattern: 26 27 1. Aluminum oxide or silicon carbide 28 mesh size: SAE G-25 to SAE G-40 29 30 2. Hardened steel grit 31 mesh size: SAE G-25 to SAE G-40 32 33 3. Garnet, flint, or crushed nickel or black beauty coal slag 34 mesh size: SAE G-25 to SAE G-50 35 36 Where zinc coatings greater than 0.010 inch thick are to be applied, one of the 37 following abrasive grits shall be used with pressure blast equipment to produce a 38 5.0 mils AA anchor tooth pattern: 39 40 1. Aluminum oxide or silicon carbide 41 mesh size: SAE G-18 to SAE G-25 42 43 2. Hardened steel grit 44 mesh size: SAE G-18-to SAE G-25 45 46 3. Garnet, flint, or crushed nickel or black beauty coal slag 47 mesh size: SAE G-18 to SAE G-25 48 49 The pressure of the blast nozzle, as measured with a needle probe gauge, with 50 pressure type blasting equipment shall be as follows: 51 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 1. With aluminum oxide, silicon carbide, flint, or slag-50 psi minimum and 60 2 psi maximum. 3 4 2. With garnet or steel grit-75 psi minimum. 5 6 The pressure at the blast nozzle, with siphon blasting (suction blasting), shall be as 7 follows: 8 1 9 1. With aluminum oxide, silicon carbide, flint, or stag-75 psi maximum. 10 11 2. With garnet or steel grit-90 psi maximum. I 12 13 The abrasive blast stream shall be directed onto the substrate surface at a spray 14 angle of 75 to 90 degrees, and moved side to side. The nozzle to substrate I 15 distance shall be 4 to 12 inches. 16 17 6-07.3(14)F Application of Metallic Coating I 18 19 No surface shall be sprayed which shows any sign of condensed moisture or which does not comply with Section 6-07.3(14)E. If rust bloom occurs within the holding 20 time between abrasive blast cleaning and thermal spraying, the surface shall be 21 reblasted at a blast angle as close to perpendicular to the surface as possible to 22 achieve a 2.0 to 4.0 mil anchor tooth pattern. Thermal spraying shall not take place 23 when the relative humidity is 90% or greater, when the steel temperature is less 24 than 5°F above the dew point, or when the air or steel temperature is less than 25 40°F. 26 27 Clean, dry air shall be used with not less than 50 psi air pressure at the air 28 regulator. Not more than 50 feet of 3/8 in. ID hose shall be used between the air 29 regulator and the metallizing gun. The metallizing gun shall be started and 30 adjusted with the spray directed away from the work. During the spraying operation 31 and depending upon the equipment being used, the gun shall be held as close to 32 perpendicular as possible to the surface from 5 to 8 inches from the surface of the 33 work. 34 35 Manual spraying shall be done in a block pattern, typically 2 feet by 2 feet square. 36 The sprayed metal shall overlap on each pass to ensure uniform coverage. The I 37 38 specified thickness of the coating shall be applied in multiple layers. In no case are fewer than two passes of thermal spraying, overlapping at right angles, acceptable. 39 40 At least one single layer of coating shall be applied within 4 hours of blasting and 41 the surface shall be completely coated to the specified thickness within 8 hours of 42 blasting. 43 ' 44 The minimum coating thickness shall be 6 mils unless otherwise shown in the 45 Plans. 46 47 6-07.3(14)G Applications of Shop Coats and Field Coats I 48 The surface shall be wiped clean with solvent immediately before applying the 49 wash primer. The wash primer shall have a low viscosity appropriate for absorption ' ' 50 into the thermal spray coating, and shall be applied within 8 hours after completion 51 of thermal spraying or before oxidation occurs. The dry film thickness of the wash 52 primer shall not exceed 0.5 mils or be less than 0.3 mils. It shall be applied using 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 an appropriate spray gun except in those areas where brush or roller application is 2 necessary. The subsequent shop primer or field coats shall be applied no less than I 3 one-half hour after a wash primer. 4 5 The shop primer coat, when specified, shall be applied in accordance with Section 6 6-07.3(11)A and the paint manufacturer's recommendations. 7 8 All field coats, when specified, shall be applied in accordance with Section 6- 9 07.3(11)A and the paint manufacturer's recommendations. The color of the top 10 coat shall conform to Section 6-03.3(30) as supplemented in these Special 11 Provisions. 12 13 6-07.3(2) Submittals 14 The first paragraph is revised to read: 15 16 The Contractor shall submit Type 2 Working Drawings of the painting plan. 17 18 6-07.3(10)A Containment 19 The second paragraph is revised to read: 20 21 The containment length shall not exceed the length of a span (defined as pier to pier). 22 The containment system shall not cause any damage to the existing structure. All 23 clamps and other attachment devices shall be padded or designed such that they shall 24 not mark or otherwise damage the steel member to which they are attached. All clamps 25 and other attachment devices shall be fully described in the Contractor's painting plan 26 Working Drawing submittal. Field welding of attachments to the existing structure will 27 not be allowed. The Contractor shall not drill holes into the existing structure or through 28 existing structural members except as shown in the Contractor's painting plan Working 1 29 Drawing submittal. All provisions for dust collection, ventilation and auxiliary lighting 30 within the containment system shall be fully described the Contractor's painting plan 31 Working Drawing submittal. 1 32 33 In the second to last paragraph, "approved" is revised to read "accepted". 34 35 6-07.3(10)E Surface Preparation— Full Paint Removal 36 This section is revised to read: 37 38 For structures where full removal of existing paint is specified, the Contractor shall 39 remove any visible oil, grease, and road tar in accordance with SSPC-SP 1. 40 41 Following preparation by SSPC-SP 1, all steel surfaces to be painted shall be prepared 42 in accordance with SSPC-SP 10, near-white metal blast cleaning. Surfaces inaccessible 43 to near-white metal blast cleaning shall be prepared in accordance with SSPC-SP 11, 44 power tool cleaning to bare metal, as allowed by the Engineer. • 45 46 6-07.3(10)F Collecting, Testing and Disposal of Containment Waste 47 In the first paragraph, the last sentence before the numbered list is revised (up until the 48 colon)to read: 49 50 The sealed waste containers shall be stored in accordance with Section 1-06.4, the 51 painting plan, and the following requirements: 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 In the second paragraph, the first sentence is revised to read: 23 All material collected by and removed from the containment system shall be taken to a 4 landside staging area, provided by the Contractor,for further processing and storage 5 prior to transporting for disposal. �. 6 7 The ninth paragraph is revised to read: 8 1 9 The Contractor shall submit a Type 1 Working Drawing of all TCLP results. 10 11 The first sentence of the last paragraph is revised to read: 12 13 The Contractor shall submit a Type 1 Working Drawing consisting of waste disposal 14 documentation within 15 working days of each disposal. I 15 16 6-07.3(10)K Coating Thickness 17 The last paragraph is revised to read: 18 19 If the specified number of coats does not produce a combined dry film thickness of at 20 least the sum of the thicknesses required per coat, or if an individual coat does not meet 21 the minimum thickness, or if visual inspection shows incomplete coverage,the coating 22 system will be rejected, and the Contractor shall discontinue painting and surface 23 preparation operations and shall submit a Type 2 Working Drawing of the repair 24 proposal. The repair proposal shall include documentation demonstrating the cause of ' 25 the less than minimum thickness along with physical test results, as necessary, and 26 modifications to work methods to prevent similar results. The Contractor shall not 27 resume painting or surface preparation operations until receiving the Engineer's ' 28 29 acceptance of the completed repair. 30 6-07.3(10)L Environmental Condition Requirements Prior to Application of I 31 Paint 32 In the last paragraph, the second to last sentence is revised to read: 33 34 If a paint system manufacturer's recommendations allow for application of a paint under 35 environmental conditions other than those specified, the Contractor shall submit a Type 36 2 Working Drawing consisting of a letter from the paint manufacturer specifying the ' 37 environmental conditions under which the paint can be applied. 38 39 In the last sentence of the last paragraph, "approval" is revised to read"concurrence". 40 ' 41 6-07.3(11)B1 Submittals 42 The first paragraph (up until the colon) is revised to read: 43 ' 44 The Contractor shall submit Type 2 Working Drawings consisting of the following 45 information: 46 47 6-07.3(11)B3 Galvanized Surface Cleaning and Preparation ' 48 The first paragraph is revised to read: 49 ' 50 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 51 coating in accordance with ASTM D 6386, and the project-specific powder coating plan. 52 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 6-07.3(11)B4 Powder Coating Application and Curing 2 The first paragraph (up until the colon) is revised to read: 3 4 After surface preparation, the two-component powder coating shall be applied in 5 accordance with the powder coating manufacturer's recommendations, the project- 6 specific powder coating plan, and as follows: 7 8 6-07.3(11)B5 Testing 9 In the fifth sentence of the first paragraph, the phrase"as approved by the Engineer" is 10 deleted. 11 12 The second paragraph is revised to read: 13 14 The results of the QC testing shall be documented in a QC report, and submitted as a 15 Type 2 Working Drawing. 16 17 In the fourth paragraph, the phrase"as approved by the Engineer" is deleted. 18 I 19 In the last paragraph, "Engineer's approval" is revised to read "Engineer's acceptance". 20 21 6-07.3(11)B6 Coating Protection for Shipping 22 The phrase"as approved by the Engineer" is deleted from this section. 23 24 The first sentence of the last paragraph is revised to read: 25 111 26 After erection, all coating damage due to the Contractor's shipping, storage, handling, 27 and erection operations shall be repaired by the Contractor in accordance with the 28 project-specific powder coating plan. 29 30 6-07.5 Payment 31 The following new paragraph is inserted before the last paragraph: 32 33 All costs in connection with producing the metallic coatings as specified shall be 34 included in the unit contract price for the applicable item or items of work. 35 36 6-09.AP6 37 Section 6-09, Modified Concrete Overlays 38 January 5, 2015 39 6-09.2 Materials I 40 The second sentence of the fifth paragraph is revised to read: 41 42 Microsilica will be accepted based on submittal of a Manufacturer's Certificate of 43 Compliance. 44 45 The seventh paragraph is revised to read: 46 accepted Latex admixture will be ted based on submittal of a Manufacturer's Certificate of II p 48 Compliance. I 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 6-09.3(1)H Mobile Mixer for Latex Modified Concrete 2 In item number 2 of the first paragraph, "An approved recording meter" is revised to read "A I 3 recording meter". 4 5 In item number 3 of the first paragraph, "an approved flow meter" is revised to read "a flow 6 meter". 7 8 6-09.3(1)J Finishing Machine ' 9 The last two sentences of the last paragraph are revised to read: 10 11 A machine with a vibrating pan as an integral part may be proposed. Other finishing 12 machines will be allowed subject to concurrence of the Engineer. 13 14 6-09.3(2) Submittals I 15 This section is revised to read: 16 17 The Contractor shall submit the following Working Drawings in accordance with Section I18 19 1-05.3: 20 1. A Type 1 Working Drawing of the type of machine(rotary,milling, hydro- ' 21 demolition, or shot blasting) selected by the Contractor for use in this project to 22 scarify concrete surfaces. 23 24 2. A Type 1 Working Drawing of the axle loads and axle spacing of the rotary I25 milling machine(if used). 26 27 3. A Type 2 Working Drawing of the Runoff Water Disposal Plan (if a hydro- ' 28 demolition machine is used). The Runoff Water Disposal Plan shall describe all 29 provisions for the containment, collection, filtering,.and disposal of all runoff 30 water and associated contaminants generated by the hydro-demolition process, I 31 including containment, collection and disposal of runoff water and debris 32 escaping through breaks in the bridge deck. 33 I 34 35 4. A Type 2 Working Drawing of the method and materials used to contain, collect, and dispose of all concrete debris generated by the scarifying process, 36 including provisions for protecting adjacent traffic from flying debris., 1 37 38 5. A Type 1 Working Drawing of the mix design for concrete Class M, and either 39 fly ash modified concrete, microsilica modified concrete, or latex modified I 40 concrete, as selected by the Contractor for use in this project in accordance 41 with Section 6-09.3(3). 42 43 6. A Type 1 Working Drawing of samples of the latex admixture and the portland I 44 cement for testing and compatibility (if latex modified concrete is used). 45 46 7. A Type 2 Working Drawing of the paving equipment specifications and details I 47 of the screed rail support system, including details of anchoring the rails and 48 providing rail continuity. 49 I 50 6-09.3(3)A General 51 In the last paragraph, the phrase"and as approved by the Engineer" is deleted. 52 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 6-09.3(4)B Latex Admixture 2 In the second sentence of the second paragraph, the phrase"and as approved by the I 3 Engineer" is deleted. 4 5 6-09.3(5)A General 6 The second paragraph is deleted. 7 8 In the third and fourth paragraphs, the phrase"and as approved by the Engineer" is deleted. 9 10 In the fifth paragraph, "approved by the Engineer" is revised to read "acceptable to the 11 Engineer". 12 13 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 14 In the last sentence of the last paragraph, "approval" is revised to read "acceptance". 15 16 6-09.3(5)C Hydro-Demolishing 17 In the third and fourth paragraphs, the phrase"as approved by the Engineer" is deleted. 18 '19 6-09.3(6)8 Deck Repair Preparation 20 The second to last paragraph is revised to read the following three new paragraphs: 21 I 22 The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted 23 or hydro-blasted and blown clean just prior to placing concrete. 24 25 Where existing steel reinforcing bars inside deck repair areas show deterioration 26 exceeding the limits defined in the Plans, the Contractor shall furnish and place steel 27 reinforcing bars alongside the deteriorated bars in accordance with the details shown in 28 the Plans. Payment for such extra Work will be by force account as provided in Section 29 1-09.6. 30 31 Bridge deck areas outside the repair area or steel reinforcing bar inside or outside the. 32 repair area damaged by the Contractor's operations, shall be repaired by the Contractor 33 at no additional expense to the Contracting Agency, and to the satisfaction of the 34 Engineer. , 35 36 6-09.3(6)C Placing Deck Repair Concrete 37 The third paragraph is supplemented with the following: 38 39 The Work of Type 1 further deck preparation shall consist of removing and disposing of 40 the concrete within the repair area. 41 42 The following new sentence is inserted before the last sentence of the last paragraph: 43 44 The Work of Type 2 further deck preparation shall consist of removing and disposing of 45 concrete within the repair area, and furnishing, placing,finishing, and curing the repair 46 concrete. 47 48 6-09.3(7) Surface Preparation for Concrete Overlay 49 The first sentence of the second paragraph is revised to read: 50 51 If either a rotary milling machine or a shot blasting machine is used for concrete 52 scarification, then the concrete deck shall be sandblasted or shot blasted, using AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 equipment identified in the Working Drawing submittals, until sound concrete is 2 exposed. 3 4 The third paragraph is revised to read: 5 I6 If a hydro-demolition machine is used for concrete scarification, then the concrete deck 7 shall be cleaned by water blasting with 7,000 psi minimum pressure, until sound 8 concrete is exposed. I 9 10 In the fourth paragraph, "as approved by the Engineer" is revised to read"accepted by the 11 Engineer". ' 12 13 In the last sentence of the eighth paragraph, the phrase "as approved by the Engineer"is 14 deleted. 15 16 In the first sentence of the last paragraph, "approved" is revised to read "allowed". 17 I 18 6-09.3(8)8 Quality Assurance for Latex Modified Concrete Overlays 19 The second sentence of the last paragraph is revised to read: 20 21 The technical representative shall be capable of performing, demonstrating, inspecting, ' 22 and testing all of the functions required for placement of the latex modified concrete as 23 specified in Section 6-09.3(11). 24 25 The fourth sentence of the last paragraph is revised to read: 26 27 Recommendations made by the technical representative on or off the jobsite shall be I 28 adhered to by the Contractor at no additional expense to the Contracting Agency. 29 30 6-09.3(10)A Survey of Existing Bridge Deck Prior to Scarification ' 31 The third sentence of the fourth paragraph is revised to read: 32 33 A Type 1 Working Drawing of each day's survey record shall be provided to the I 34 Engineer within three working days after the end of the shift. 35 36 6-09.3(10)B Establishing Finish Overlay Profile ' 37 In the fourth sentence of the first paragraph, "approved by the Engineer" is revised to read 38 "specified by the Engineer". 39 40 In the second paragraph, the phrase"and as approved by the Engineer" is deleted. 41 42 6-09.3(11) Placing Concrete Overlay 43 In the fourth paragraph, the last sentence of item number 3 is revised to read: 44 45 If the Contractor elects to work at night to meet these criteria, adequate lighting shall be 46 provided at no additional expense to the Contracting Agency. ' 47 48 6-09.4 Measurement 49 The last paragraph is deleted and replaced with the following: ' 50 • AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 Further deck preparation for Type 1 deck repair and for Type 2 deck repair will be 2 measured by the square foot of surface area of deck concrete removed in accordance 3 with Section 6-09.3(6). 4 5 6-09.5 Payment 6 The Bid item "Further Deck Preparation", per cubic foot and the paragraph following this Bid 7 item are deleted and replaced with the following two new Bid items: 8 9 "Further Deck Preparation for Type 1 Deck Repair", per square foot. 10 11 "Further Deck Preparation for Type 2 Deck Repair", per square foot. 12 1 13 The Bid item "Further Deck Preparation", force account and the paragraph following this Bid 14 item are deleted. 15 16 6-10.AP6 17 Section 6-10, Concrete Barrier 18 January 5, 2015 19 6-10.1 Description 20 In the second paragraph, "approved" is revised to read "specified". 21 22 6-10.3 Construction Requirements 23 In the first paragraph, "approved" is revised to read"specified". 24 25 6-10.3(5) Temporary Concrete Barrier 26 The last sentence of the first paragraph is deleted. 27 28 The second paragraph is revised to read: 29 30 If the Contract calls for the removal and resetting of permanent bamer, and the 31 permanent barrier is not required to remain in place until reset, the permanent barrier 32 may be substituted for temporary concrete barrier. Any of the permanent barrier n 33 damaged during its use as temporary barrier will become the property o f the Contractor 34 and be replaced with permanent barrier when the permanent barrier is reset to its 35 permanent location. 36 37 The third paragraph is revised to read: 38 39 All barrier shall be in good condition, without cracks, chips, spalls, dirt, or traffic marks. If 40 any barrier segment is damaged during or after placement, the Contractor shall 41 immediately repair it to the Engineer's satisfaction or replace it with an undamaged 42 section. 43 44 The following new paragraph is inserted after the third paragraph: 45 Delineators shall be placed on the traffic face of the barrier 6 inches from the top and 46 p p 47 spaced a maximum of 40 feet on tangents and 20 feet through curves. The reflector 48 color shall be white on the right side of traffic and yellow on the left side of traffic. The I 49 Contractor shall maintain, replace and clean the delineators when ordered by the 50 Engineer. 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 1 2 6-11.AP6 3 Section 6-11, Reinforced Concrete Walls 4 January 5, 2015 • 5 6-11.3(1) Submittals 6 The first paragraph is revised to read: ' 7 8 The Contractor shall submit Type 2E Working Drawings consisting of excavation 9 shoring plans in accordance with Section 2-09.3(3)D. 10 11 The second paragraph is revised to read: • 12 ' 13 The Contractor shall submit Type 2E Working Drawings of falsework and formwork 14 plans in accordance with Sections 6-02.3(16) and 6-02.3(17). 15 ' 16 The third paragraph (up until the colon) is revised to read: 17 18 If the Contractor elects to fabricate and erect precast concrete wall stem panels, Type I 19 2E Working Drawings of the following information shall be submitted in accordance with 20 Section 6-02.3(28)A: 21 22 The last paragraph is deleted. 23 24 6-11.3(3) Precast Concrete Wall Stem Panels 25 In the third paragraph, the phrase"as approved by the Engineer" is deleted. 26 27 6-12.AP6 ' 28 Section 6-1►, Noise Barrier Walls 29 January 5, '015 30 6-12.3(1) S bmittals 31 In the first pa agraph,the second sentence is revised to read: 32 ' 33 The Co ractor shall submit a Type 2 Working Drawing consisting of the noise barrier 34 wall a a=ss plan. 35 36 The second aragraph (up until the colon) is revised to read: 37 38 For con-truction of all noise barrier walls with shafts, the Contractor shall submit a Type 39 2 Worki g Drawing consisting of the shaft construction plan, including at a minimum the 40 followin• information: 41 42 In the third p:ragraph, the first sentence is revised to read: 43 44 For con-truction of precast concrete noise barrier walls,the Contractor shall submit 45 Type 2 orking Drawings consisting of shop drawings for the precast concrete panels I 46 in accor�'ante with Section 6-02.3(28)A. 47 AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 1 6-12.3(2) Work Access and Site Preparation 2 In the first paragraph, the first sentence is revised to read: 3 4 The Contractor shall construct work access in accordance with the work access plan. 5 6 6-12.3(3) Shaft Construction 7 The first paragraph is revised to read: 8 9 The Contractor shall excavate and construct the shafts in accordance with the shaft 10 construction plan. 11 12 In the last sentence of the third paragraph, "approved by the Engineer"is revised to read I 13 "acceptable to the Engineer". 14 15 The fourth paragraph is revised to read: , 16 17 When caving conditions are encountered, the Contractor shall stop further excavation 18 until implementing the method to prevent ground caving as specified in the shaft 19 construction plan. 20 21 In the last sentence of the fifth paragraph, "approved" is revised to read"accepted". 22 23 In the seventh paragraph, "approval" is revised to read "acceptance". 24 25 In the eighth paragraph, the third sentence is revised to read: 26 27 The Contractor shall install the steel reinforcing bar cage as specified in the shaft 28 construction plan. 29 30 In the second sentence of the last paragraph, "approval" is revised to read "acceptance". 31 32 In the fourth sentence of the last paragraph, the word "approved" is deleted. 33 34 6-12.3(6) Precast Concrete Panel Fabrication and Erection 35 In item number 3, the second paragraph is revised to read: 36 37 After receiving the Engineer's review of the shop drawings, the Contractor shall cast I 38 one precast concrete panel to be used as the sample panel. The Contractor shall 39 construct the sample panel in accordance with the procedure and details specified in 40 the shop drawings. The Contractor shall make the sample panel available to the 41 Engineer for acceptance. 42 43 In item number 3, the first sentence of the third paragraph is revised to read: 44 45 Upon receiving the Engineer's acceptance of the sample panel, the Contractor shall 46 continue production of precast concrete panels for the noise barrier wall. 47 48 In item number 3, the third sentence of the third paragraph is revised to read: 49 50 The sample panel shall be retained at the fabrication site until all precast concrete I 51 panels have been fabricated and accepted. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 6-12.3(10) finish Line Ground Dressing 2 In the last sentence of the second paragraph, the phrase"as approved by the Engineer" is 3 deleted. 4 5 6-13.AP6 6 Section 6-1 , Structural Earth Walls ' 7 January 5, 015 8 6-13.3(1) Q ality Assurance 190 In the first pa =graph, the first sentence is revised to read: I ' 11 The stru• ural earth wall manufacturer shall provide a qualified and experienced 12 represen -tine to resolve wall construction problems. ' 13 14 In the first pa graph, the last sentence is revised to read: 15 ' 16 Recomm=ndations made by the structural earth wall manufacturer's representative shall 17 be follow-• by the Contractor. 18 ' 19 In the second paragraph, item number 4 is revised to read: 20 21 4. The •ase of the structural earth wall excavation shall be within three inches of the ' 22 stak=• elevations, unless otherwise accepted or specified by the Engineer. 23 24 In the second paragraph, item number 6 is revised to read: 25 I26 6. The •ackfill reinforcement layers shall be located horizontally and vertically within 27 one i ch of the locations shown in the structural earth wall working drawings. 28 ' 29 6-13.3(2) S bmittals 30 In the first pa agraph, the first sentence is revised to read: 31 ' 32 The Con ractor, or the supplier as the Contractor's agent, shall furnish a Manufacturer's 33 Certifica of Compliance certifying that the structural earth wall materials conform to 34 the spec tied material requirements. ' 35 36 The second •aragraph is revised to read: 37 ' 38 39 A Type Working Drawing of all test results, performed by the Contractor or the Contract•is supplier, which are necessary to assure compliance with the specifications, 40 shall su•mitted along with each Manufacturer's Certificate of Compliance. 41 ' 42 In the third p-ragraph, the first sentence is revised to read: 43 44 Before f.brication, the Contractor shall submit a Type 1 Working Drawing consisting of 45 the field •nstruction manual for the structural earth walls, prepared by the wall 46 manufa• urer. 47 ' 48 In the fourth •aragraph, the first sentence is revised to read: 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 The Contractor, through the license/patent holder for the structural earth wall system, 2 shall submit Type 2E Working Drawings consisting of detailed design calculations and 3 details. 4 5 The last paragraph is deleted. 6 7 6-13.3(3) Excavation and Foundation Preparation 8 In the first paragraph, the last two sentences are revised to read: 9 10 The foundation for the structure shall be graded level for a width equal to or exceeding 11 the length of reinforcing as shown in the structural earth wall working drawings and, for 12 walls with geogrid reinforcing, in accordance with Section 2-12.3. Prior to wall • 13 construction, the foundation, if not in rock, shall be compacted as accepted by the 14 Engineer. 15 16 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 17 The first two sentences are revised to read: 18 19 The Contractor shall erect the welded wire wall reinforcement in accordance with the 20 wall manufacturer's field construction manual. Construction geotextile for wall facing 21 shall be placed between the backfill material within the reinforced zone and the coarse I 22 granular material immediately behind the welded wire wall facing, as shown in the Plans 23 and the structural earth wall working drawings. 24 25 6-13.3(7) Backfill 26 The third paragraph is revised to read: 27 28 Misalignment or distortion of the precast concrete facing panels or concrete blocks due 29 to placement of backfill outside the limits of this specification shall be corrected in a 30 manner acceptable to the Engineer. 31 32 In item number 4 of the fifth paragraph, the phrase"as approved by the Engineer" is deleted. 33 34 The last paragraph is deleted. , 35 36 6-13.3(8) Guardrail Placement 37 In the first sentence of the second paragraph, "approval" is revised to read"permission". 38 39 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 40 The first paragraph (up until the colon) is revised to read: 41 42 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 43 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 44 Section 6-12.3(2)and the above ground geometry details shown in the Plans. The 45 barrier Working Drawings and supporting calculations shall be Type 2E and shall 46 include, at a minimum, the following: 47 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 418115 I 1 6-14.AP6 ' 2 Section 6-1 , Geosynthetic Retaining Walls 3 January 5, 015 I4 6-14.2 Mat:rials 5 In the first pa =graph, the section number next to"Anchor rods and associated nuts,washers 6 and couplers" is revised to read: 7 8 9-06.5(4) 9 10 The following new paragraph is inserted after the first paragraph: 11 12 Anchor p ate shall conform to ASTM A 36,ASTM A 572 Grade 50, or ASTM A 588. 13 14 6-14.3(2) S bmittals 15 The first para raph (up until the colon) is revised to read: 16 17 The Con ractor shall submit Type 2 Working Drawings consisting of detailed plans for 18 each wal. As a minimum, the submittals shall include the following: 19 20 6-14.3(4) E ection and Backfill 21 In the second sentence of the second paragraph, "approved by" is revised to read 22 "acceptable t•". 23 24 In the last se tence of the fifth paragraph, "approval" is revised to read "permission". 25 26 The sixth par:graph is deleted. 27 28 In item numb-r 5 in the eighth paragraph,the phrase"as approved by the Engineer"is ' 29 deleted. 30 31 In the ninth p:ragraph, the first sentence is revised to read: J 32 33 The Con ractor shall construct wall corners at the locations shown in the Plans, and in 34 accorda ce with the wall corner construction sequence and method in the Working 35 Drawing submittal. 36 37 In the last pa agraph, the first sentence is revised to read: 38 39 Where r •uired by retaining wall profile grade, the Contractor shall terminate top layers 40 of retain ng wall geosynthetic and backfill in accordance with the method in the.Working 41 Drawing submittal. 42 43 6-14.5 Pay ent 44 In the paragr:ph following the Bid item "Concrete Fascia Panel", per square foot,"concrete 45 leveling pad" is revised to read "concrete footing". 46 ' AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 6-15.AP6 2 Section 6-15, Soil Nail Walls , 3 January 15, 2015 4 6-15.3(3) Submittals 1 5 The first paragraph (excluding the numbered list) is revised to read: 6 7 The Contractor shall submit Type 2 Working Drawings of the following information: 8 9 6-15.3(6) Soil Nailing 10 In the first paragraph, the last sentence is revised to read: 11 12 Damaged or defective encapsulation shall be repaired in accordance with the 13 manufacturer's recommendations. 14 15 The eighth paragraph is revised to read: 16 ,17 If sections of the wall are constructed at different times than the adjacent soil nail 18 sections, the Contractor shall use stabilizing berms, temporary slopes, or other 19 measures acceptable to the Engineer, to prevent sloughing or failure of the adjacent soil I 20 nail sections. 21 22 6-15.3(8) Soil Nail Testing and Acceptance 23 In the first paragraph, the second sentence is revised to read: 24 25 The Contractor shall submit Type 1 Working Drawings of all test data. 26 27 The last sentence of the seventh paragraph is revised to read: 28 29 The Contractor shall submit Type 2E Working Drawings of the reaction frame. 30 31 6-15.3(8)A Verification Testing 32 In the third paragraph,the first sentence is revised to read: 33 34 The Contractor shall submit Type 2E Working Drawings consisting of design details of 35 the verification testing, including the system for distributing test load pressures to the 36 excavation surface and appropriate nail bar size and reaction plate. 37 38 6-16.AP6 39 Section 6-16, Soldier Pile and Soldier Pile Tieback Walls 40 January 5, 2015 ' 41 6-16.3(2) Submittals 42 The first paragraph is revised to read: 43 44 The Contractor shall submit Type 2 Working Drawings consisting of shop plans as 45 specified in Section 6-03.3(7)for all structural steel, including the steel soldier piles, and 46 shalt submit Type 2 Working Drawings consisting of shop plans and other details as 47 specified in Section 6-17.3(3)for permanent ground anchors. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 2 The second p=ragraph is revised to read: 3 4 The Cont actor shall submit Type 1 Working Drawings consisting of the permanent 5 ground a chor grout mix design and the procedures for placing the grout. 6 7 The third par-a raph (excluding the numbered list) is revised to read: 8 9 The Cont actor shall submit Type 2E Working Drawings consisting of forming plans for 10 the conc -te fascia panels, as specified in Sections 6-02.3(16) and 6-02.3(17). 11 I 12 In the fourth •=ragraph, the first sentence is revised to read: 13 14 The Con i actor shall submit Type 2 Working Drawings consisting of a shaft installation ' 15. plan. 16 17 The last para•raph is deleted. 18 ' 19 6-16.3(3) S aft Excavation 20 In the third pa agraph, the last sentence is revised to read: 21 22 A tempo :ry casing, slurry, or other methods specified in the shaft installation plan shall 23 be used i necessary to ensure such safety and stability. 24 25 The fourth pa agraph is revised to read: 26 27 Where c-ving in conditions are encountered, no further excavation will be allowed until ' 28 the Cont actor has implemented the method to prevent ground caving as submitted in 29 accorda ce with item 4 of the Shaft Installation Plan. 30 I 31 The sixth par.,graph is revised to read: 32 33 The ex -vated shaft shall be inspected and receive acceptance by the Engineer prior to 34 proceedi g with construction. 35 36 6-16.3(6)B emporary Lagging . 37 The second •aragraph (up until the colon) is revised to read: 38 39 The Con rector shall submit Type 2E Working Drawings consisting of the soldier pile 40 wall lagg ng design details and supporting design calculations. The submittal shall I41 include, =t a minimum, the following: 42 43 In item numb-r 4 of the second paragraph, "approved by" is revised to read "acceptable to". 1 44 45 The last para,raph (excluding the table) is revised to read: 46 ' 47 Notwiths ending the requirements of Section 1-06.1, steel materials used by the 48 Contract•r as temporary lagging may be salvaged steel provided that the use of such 49 salvage• steel materials shall be subject to visual inspection and acceptance by the • 50 Enginee . For salvaged steel materials where the grade of steel cannot be positively 51 identifi-•, the design stresses for the steel shall conform to the Section 6-02.3(17)B 52 require ents for salvaged steel, regardless of whether rivets are present or not. • 1 AMENDMENTS • THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 2 6-16.3(6)D Installing Lagging and Permanent Ground Anchor 3 In the last sentence of the second paragraph, the phrase"as approved by the Engineer" is 4 deleted. 5 6 In the last sentence of the fourth paragraph, the phrase"as approved by the Engineer" is 7 deleted. 8 9 6-16.3(8) Concrete Fascia Panel 10 In the first paragraph, the phrase"as approved by the Engineer" is deleted. 11 12 13 6-17.AP6 14 Section 6-17, Permanent Ground Anchors 15 January 5, 2015 16 6-17.3(3) Submittals , 17 The first paragraph is revised to read: 18 19 The Contractor shall submit Type 2 Working Drawings consisting of details and 20 structural design calculations for the ground anchor system or systems intended for use. 21 22 The second paragraph is revised to read: 23 24 The Contractor shall submit a Type 1 Working Drawing consisting of a detailed 25 description of the construction procedure proposed for use. 26 27 The third paragraph (up until the colon) is revised to read: 28 29 The Contractor shall submit a Type 2 Working Drawing consisting of ground anchor 30 schedule giving: 31 32 In the fourth paragraph, the first sentence is revised to read: 33 34 The Contractor shall submit a Type 2 Working Drawing detailing the ground anchor 35 tendon and the corrosion protection system. 36 37 In the fourth paragraph, item number 3 is revised to read: 38 39 3. Unbonded length corrosion protection system, including the permanent rubber seat 40 between the trumpet and the tendon unbonded length corrosion protection and the 41 transition between the tendon bond length and the unbonded tendon length 42 corrosion protection. 43 44 The last five paragraphs are deleted and replaced with the following four new paragraphs: • 45 46 The Contractor shall submit Type 2 Working Drawings consisting of shop plans as 47 specified in Section 6-03.3(7)for all structural steel, including the permanent ground 48 anchors. ' 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 The Con actor shall submit Type 1 Working Drawings consisting of the mix design for I2 the gro conforming to Section 9-20.3(4)and the procedures for placing the grout. The 3 Contract•r shall also submit the methods and materials used in filling the annulus over 4 the unbo ded length of the anchor. 5 ' 6 The Con ractor shall submit Type 2 Working Drawings consisting of the method 7 propose• to be followed for the permanent ground anchor testing. This shalt include all 8 necessa drawings and details to clearly describe the method proposed. 9 10 The Con ractor shall submit Type 2 Working Drawings consisting of calibration data for 11 each loa► cell, test jack, pressure gauge and master pressure gauge to be used. The 12 calibrati•n tests shall have been performed by an independent testing laboratory and 13 tests sh=II have been performed within 60 calendar days of the date submitted. 14 15 6-17.3(5) T ndon Fabrication 16 In the tenth p=ragraph, the last sentence is deleted. 17 ' 18 The twelfth p:ragraph is revised to read: 19 20 The tota anchor length shall not be less than that indicated in the Plans or the Working 21 Drawing submittal. 22 23 In the last pa agraph, the phrase"as approved by the Engineer" is deleted. 24 25 6-17.3(7) I stalling Permanent Ground Anchor 26 In the:secon• paragraph, the third sentence is revised to read: 27 1 28 The Co rector's method to prevent ground movement shall be submitted as a Type 2 29 Working Drawing. 30 1 31 In the secon• paragraph, the second to last sentence is revised to read: 32 33 At the pint of entry the ground anchor shall be installed within plus or minus three 1 34 degrees of the inclination from horizontal shown in the Plans or the Working Drawing 35 submttt-L 36 37 6-18AP6 38 Section 6-18, Shotcrete Facing 39 January 5, a 015 1 40 6-18.3(1) -ubmittals 41 In the first p-ragraph, the first sentence (up until the colon) is revised to read: ' 42 43 The Co tractor shall submit Type 2 Working Drawings consisting of the following: 44 1 45 In the first p-ragraph, item number 2 is revised to read: 46 47 2. Met od and equipment used to apply, finish and cure the shotcrete facing. 1 48 49 The last par,graph is deleted. 50 1 AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 6-18.3(2) Mix Design 2 In the first paragraph, the second and third sentences are deleted. 3 4 In the last sentence of the second paragraph, "and approved by the Engineer" is deleted. 5 6 6-18.3(3)A Preproduction Testing 7 In the last sentence, "approved" is revised to read "accepted". 8 9 6-18.3(7) Shotcrete Application 10 In the last paragraph, the first sentence is revised to read: 11 12 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails 13 to meet the requirements, the Contractor shall immediately modify procedures, 14 equipment, or system, as necessary to produce specification material. 15 16 6-19.AP6 17 Section 6-19, Shafts , 18 April 6, 2015 19 6-19.3(2) Shaft Construction Submittal 111 20 The last sentence is revised to read: 21 22 The submittals shall be Type 2 Working Drawings, except the shaft slurry technical 23 assistance submittal shall be Type 1. 24 25 6-19.3(3) Shaft Excavation 26 In the first paragraph, the phrase"as approved by the Engineer" is deleted. 27 28 6-19.3(3)84 Temporary Telescoping Shaft Casing 29 In the first paragraph, the first sentence of item number 1 is revised to read: 30 31 The Contractor shall submit the request to use temporary telescoping casing as a Type 32 2 Working Drawing. 33 34 6-19.3(3)D Bottom of Shaft Excavation 35 In the first sentence of the second paragraph, "approved" is revised to read "accepted". 36 37 6-19.3(3)E Shaft Obstruction 38 In the last sentence, "approved" is revised to read"accepted". ' 39 40 6-19.3(3)F Voids Between Permanent Casing and Shaft Excavation 41 In the last sentence, the words"and as approved by the Engineer" are deleted. 42 43 6-19.3(3)G Operating Shaft Excavation Equipment From an Existing.Bridge 44 The second sentence is revised to read: 45 46 If necessary and safe to do so, and if the Contractor submits a Type 2 Working Drawing 47 consisting of a written request in accordance with Section 6-01.6, the Engineer may 48 permit operation of drilling equipment on a bridge. 49 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 6-19.3(3)H •eals for Shaft Excavation in Water ' 2 The first para,!raph is revised to read: 3 4 When sh:fts are constructed in water and the Plans show a seal between the casing 5 shoring - d the upper portion of the permanent casing of the shaft, the Contractor shall 6 constru a seal in accordance with the shaft installation narrative specified in Section 6- 7 19.3(2)B Item 7. 8 9 The last sent;nce of the last paragraph is revised to read: 10 11 If the Co tractor uses a casing shoring diameter other than that specified in the Plans, 1 12 the Cont actor shall submit a revised seal design in accordance with Section 6-19.3(2)B 13 Item 7. 14 I 15 6-19.3(4)C -lurry Sampling and Testing 16 The second t last sentence of the first paragraph is revised to read: 17 ' 18 Syntheti• slurry shall conform to Section 9-36.2(2), the quality control plan included in 19 the shaft installation narrative in accordance with Section 6-19.3(2)B Item 4. 20 ' 21 The second s-ntence of the second paragraph is revised to read: 22 23 These re •rds shall be submitted as a Type 1 Working Drawing once the slurry system 24 has bee established in the first drilled shaft on the project. 25 26 6-19.3(4)E aintenance of a Stable Shaft Excavation 27 In the last se tence of the first paragraph, "approval" is revised to read"review". 28 29 6-19.3(4)F 0 isposal of Slurry and Slurry Contacted Spoils 30 This section i- revised to read: ' 31 32 The Con ractor shall manage and dispose of the slurry wastewater in accordance with 33 Section 01.3(1)C. Slurry-contacted spoils shall be disposed of as specified in the ' 34 shaft ins :Ilation narrative in accordance with Section 6-19.3(2)B, item 8, and in 35 accorda ce with the following requirements: 36 37 1. ncontaminated spoils in contact with water-only slurry may be disposed of as r 38 lean fill. 39 ' 40 41 2. ncontaminated spoils in contact with water slurry mixed with flocculants =pproved in Section 8-01.3(1)C3 may be disposed of as clean fill away from 42 reas that drain to surface waters of the state. 43 44 3. -poils in contact with synthetic slurry or water slurry with polymer-based 45 :dditives or flocculants not approved in Section 8-01.3(1)C3 shall be disposed 46 •f in accordance with Section 2-03.3(7)C. With permission of the Engineer, the ' 47 ontractor may re-use these spoils on-site. 48 49 4. .poils in contact with mineral slurry shall be disposed of in accordance with 50 -ection 2-03.3(7)C. With permission of the Engineer,the Contractor may re-use 51 hese spoils on-site. 52 I AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 1 6-19.3(5)A Steel Reinforcing Bar Cage Assembly 2 In the second to last sentence of the first paragraph, the phrase"as approved by the 3 Engineer" is deleted. 4 5 6-19.3(5)D Steel Reinforcing Bar Cage Support at Base of Shaft Excavation I 6 The first sentence is revised to read: 7 8 For shafts with temporary casing within 15-feet of the bottom of shaft elevation as 9 specified in the Plans, the Contractor may place quarry spells or other rock backfill 10 acceptable to the Engineer into the shaft below the specified bottom of shaft elevation 11 as a means to support the steel reinforcing bar cage, provided that the materials and 12 means to accomplish this have been addressed by the shaft installation narrative, as 13 specified in Section 6-19.3(2)B Item 9. 14 15 6-19.3(6)C Care for CSL Access Tubes From Erection Through CSL Testing I 16 In the last sentence, "as approved by the Engineer" is revised to read "acceptable to the 17 Engineer". 18 19 6-19.3(8)C Requirements for Leaving Temporary Casing in Place 20 Item number 1 (up until the colon) is revised to read: 21 '22 1. The Contractor shall submit a Type 2E Working Drawing of the following 23 information: 24 25 In item C of item number 1, the phrase"in accordance with Section 6-01.9" is deleted. 26 27 Item number 2 is deleted. 28 29 6-19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 30 First Shaft 31 This section is revised to read: 32 33 Except as otherwise noted, the Contractor shall not commence subsequent shaft 34 excavations until receiving the Engineer's acceptance of the first shaft, based on the I 35 results and analysis of the crosshole sonic log testing for the first shaft. The Contractor 36 may commence subsequent shaft excavations prior to receiving the Engineer's 37 acceptance of the first shaft, provided the following condition is satisfied: 38 39 The Engineer permits continuing with shaft construction based on the Engineer's 40 observations of the construction of the first shaft, including, but not limited to, I 41 conformance to the shaft installation narrative in accordance with Section 6- 42 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's 43 daily logs concerning excavation, steel reinforcing bar placement, and concrete 44 placement. 45 46 6-19.3(9)F Contractor's Investigation and Remedial Action Plan 47 This section is revised to read: 1 48 49 For all shafts determined to be unacceptable, the Contractor shall submit a Type 2 50 Working Drawing consisting of a plan for further investigation or remedial action. All I 51 modifications to the dimensions of the shafts, as shown in the Plans, required by the 52 investigation and remedial action plan shall be supported by calculations and working • AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: ,4/6/15 I 1 drawings. All investigation and remedial correction procedures and designs shall be I 2 3 submitted. 4 6-19.3(9)H ored Holes I 5 The first sent nce of the second paragraph is revised to read: 6 7 Prior to ginning coring, the Contractor shall submit Type 2 Working Drawings I 8 consistin of the method and equipment used to drill and remove cores from shaft 9 concrete 10 8-01.AP8 III 12 Section 8-01, Erosion Control and Water Pollution Control 13 January 5, 2015 I14 8-01.2 Materials 15 This section is supplemented with the following new paragraph: I 16 17 For all =ed the Contractor shall furnish the Engineer with the following documentation: 18 I19 1. he state or provincial seed dealer license and endorsements. 20 21 2. , opies of Washington State Department of Agriculture(WSDA)test results on I 22 =ach lot of seed. Test results must be within six months prior to the date of 23 :pplication. 24 I 25 8-01.3(1)A ,ubmittals 26 The first sent-nce in the second paragraph is revised to read: 27 28 Modified TESC Plans shall meet all requirements of the current edition of the WSDOT I29 Tempor-ry Erosion and Sediment Control Manual M 3109. 30 31 8-01.3(1)C ater Management I32 Items numbe 1 through 3 are deleted. 33 34 This section supplemented with the following new subsections: I 35 36 8-01.3(1 C1 Disposal of Dewatering Water 37 When u contaminated groundwater with a pH range of 6.5—8.5 is encountered in an I 38 excavati n, it may be disposed of as follows: 39 40 1. en the turbidity of the groundwater is 25 NTU or less, it may bypass I 41 42 etention and treatment facilities and be discharged into the stormwater nveyance system at a rate that will not cause erosion or flooding in the 43 receiving surface water body. I 44 45 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% 46 of the turbidity of the site stormwater runoff, whichever is greater, the same 47 detention and treatment facilities as used to treat the site runoff may be used. I48 I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6118 1 3. When the turbidity of the groundwater is more than 25 NTU above or 125%of 2 the turbidity of the site stormwater runoff, whichever is greater, the groundwater I 3 shall be treated separately from the site stormwater. 4 5 Alternatively,the Contractor may pursue independent disposal and treatment 6 alternatives that do not use the stormwater conveyance system. 7 8 8-01.3(1)C2 Process Wastewater I 9 Wastewater generated on-site as a byproduct of a construction process shall not be 10 discharged to surface waters of the State. Some sources of process wastewater may be 11 infiltrated in accordance with the NPDES Construction Stormwater General Permit. 12 1 13 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 14 Wastewater generated on-site during shaft drilling activity shall be managed and 15 disposed of in accordance with the requirements below. No shaft drilling slurry I 16 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 17 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 18 detectable by visible or olfactory indication (e.g., chemical sheen or smell). I 19 20 1. Water-only shaft drilling slurry or water slurry with approved flocculants may be 21 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- , ' 22 14.5(1) or shall be chitosan products listed as General Use Level Designation 23 (GULD)on the Department of Ecology's stormwater treatment technologies 24 webpage for construction treatment. Infiltration is permitted if the following 25 requirements are met: I 26 27 a. Wastewater shall have a pH of 6.5-8.5 prior to discharge. 28 I 29 b. The source water meets drinking water standards or the Groundwater 30 Quality Criteria listed in WAC 173-200-040. 31 I 32 c. The amount of flocculent added to the slurry shall be kept to the minimum 33 needed to adequately settle out solids. The flocculent shall be thoroughly 34 mixed into the slurry. 35 I 36 d. Infiltration locations shall be at least 100 feet away from surface waters, 37 wells, on-site sewage systems, aquifer-sensitive recharge areas, sole I 38 source aquifers, and well-head protection areas. Before infiltration begins, 39 there shall be a minimum of 5 feet of unsaturated soil between the soil 40 surface receiving the wastewater for infiltration and the groundwater 41 surface(i.e., saturated soil). 42 43 e. The slurry removed from the shaft shall be contained in a leak proof cell or 44 tank for a minimum of 3 hours. I 45 46 f. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater 47 may be infiltrated in an infiltration location. The infiltration rate shall be I 48 reduced if needed to prevent wastewater from leaving the infiltration 49 location. The infiltration site shall be monitored regularly during infiltration 50 activity. All wastewater discharged to the ground must fully infiltrate and I 51 discharges must stop before the end of each work day. 52 i AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 I 1 g. After infiltration activity is complete, loose sediment in the infiltration I 2 3 location that may have resulted from the infiltration activity or the removal of BMPs used to manage infiltration activity shall be stabilized to prevent 4 mobilization by stormwater runoff. I 5 6 h. Drilling spoils and settled sediments remaining in the containment cell or 7 tank shall be disposed of in accordance with Section 6-19.3(4)F. 8 • 9 i. Infiltration locations shall be marked on the on-site temporary erosion and 10 sediment control (TESC) plan sheets before the infiltration activity begins. 11 I 12 j. Prior to infiltrating water-only shaft drilling slurry or water slurry with 13 approved flocculants, the Contractor shall submit a Shaft Drilling Slurry 14 Wastewater Management and Infiltration Plan as a Type 2 Working I15 16 Drawing. This Plan shall be kept on-site, adapted if needed to meet the construction requirements, and updated to reflect.what is being done in the 17 field. The Working Drawing shall include, at a minimum,the following I 18 19 information: 20 i. Plan sheet showing the proposed infiltration location and all surface 21 waters, wells, on-site sewage systems, aquifer-sensitive recharge I22 areas, sole source aquifers, and well-head protection areas within 23 150 feet. 24 I 25 ii. The proposed elevation of soil surface receiving the wastewater for 26 infiltration and the anticipated phreatic surface(i.e., saturated soil). 27 I 28 iii. The source of the water used to produce the slurry. 29 30 iv. The estimated total volume of wastewater to be infiltrated. I 31 32 v. The approved flocculent to be used (if any). 33 I 34 vi. The controls or methods(e.g., trenches,traps, berms, sift fence, 35 dispersion, or discharge metering devices)that will be used to 36 prevent surface wastewater runoff from leaving the infiltration 37 location. The Working Drawing shall include all pertinent design 1 38 details(e.g., sizing of trenches or traps, placement or height of 39 berms, application techniques) needed to demonstrate the proposed 40 controls or methods are adequate to prevent surface wastewater I 41 runoff from leaving the infiltration location. 42 43 vii. The strategy for removing slurry wastewater from the shaft and I 44 containing the slurry wastewater once it has been removed from the 45 shaft. 46 . I 47 viii. The strategy for monitoring infiltration activity and adapting methods 48 to ensure compliance. 49 50 ix. A contingency plan that can be implemented immediately if it 51 becomes evident that the controls in place or methods being used 52 are not adequate. I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 I 1 2 x. The strategy for cleaning up the infiltration location after the infiltration , 3 activity is done. Cleanup shall include stabilizing any loose sediment 4 on the surface within the infiltration area generated as a byproduct of 5 suspended solids in the infiltrated wastewater or soil disturbance 6 associated with BMP placement and removal. I 7 8 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not 9 approved for infiltration shall be contained and disposed of by the Contractor at , 10 an approved disposal facility in accordance with Section 2-03.3(7)C. Spoils that 11 have come into contact with mineral slurry shall be disposed of in accordance 12 with Section 6-19.3(4)F. I 13 14 8-01.3(1)C4 Management of.Off-Site Water 15 Prior to disruption of the normal watercourse, the Contractor shall intercept the off-site I 16 surface water and pipe it either through or around the project site. This water shall not 17 be combined with on-site stormwater. It shall be discharged at its preconstruction outfall 18 point in such a manner that there is no increase in erosion below the site. The I 19 Contractor shall submit a Type 2 Working Drawing consisting of the method for 20 performing this Work. 21 I 22 8-01.3(2)A Preparation for Application 23 This section's content is deleted and replaced with the following two new subsections: 24 I 25 8-01.3(2)A1 Seeding 26 Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The 27 areas shall be cultivated to the depths specified to provide a reasonably firm but friable 28 seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. I 29 30 All areas to be seeded, including excavated slopes shall be compacted and prepared 31 unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, I 32 or similar equipment that forms longitudinal depressions at least 2 inches deep shall be 33 used for compaction and preparation of the surface to be seeded. 34 35 The entire area shall be uniformly covered with longitudinal depressions formed I 36 perpendicular to the natural flow of water on the slope. The soil shall be conditioned 37 with sufficient water so the longitudinal depressions remain in the soil surface until I 38 completion of the seeding. 39 40 Prior to seeding,the finished grade of the soil shall be 1 inch below the top of all curbs, 41 junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a weed free and fr bare d ba a co ndition. 43 44 All bags of seed shall be brought to the site in sealed bags and shall have seed labels I 45 attached showing the seed meets the Specifications. Seed which has become wet, 46 moldy, or otherwise damaged in transit or storage will not be accepted. 47 48 8-01.3(2)A2 Temporary Seeding I 49 A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions 50 at least 2 inches deep shall be used for compaction and preparation of the surface to be 51 seeded. The entire area shall be uniformly covered with longitudinal depressions formed ' 52 perpendicular to the natural flow of water on the slope. The soil shall be conditioned AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK I Revised: 416115 1 1 with suffi lent water so the longitudinal depressions remain in the soil surface until 2 completi n of the seeding. 3 4 8-01.3(2)B -eeding and Fertilizing ' 5 In the list in e second paragraph, item numbers 1-5 are revised to read: 6 7 1. A by•ro seeder that utilizes water as the carrying agent,and maintains continuous I 8 9 agita ion through paddle blades. It shall have an operating capacity sufficient to agita e, suspend, and mix into a homogeneous slurry the specified amount of seed 10 and ater or other material. Distribution and discharge lines shall be large enough to • 11 prey=nt stoppage and shall be equipped with a set of hydraulic discharge spray 12 nozzl-s that will provide a uniform distribution of the slurry. 13 14 2. Blow=r equipment with an adjustable disseminating device capable of maintaining a 15 con- ant, measured rate of material discharge that will ensure an even distribution of 16 seed at the rates specified. 17 ' 18 3. Hell •pters properly equipped for aerial seeding. 19 20 4. Pow-r-drawn drills or seeders. 21 22 5. Area- in which the above methods are impractical may be seeded by hand 23 meth•ds. 24 • 25 8-01.3(2)C iming 26 This section i cluding title is deleted in its entirety and replaced with the following: 27 ' 28 8-01.3(2 C Vacant 29 30 8-01.3(2)D ulching ' 31 The first sent-nce of the second paragraph is revised to read: 32 33 Distribut •n of straw mulch material shall be by means that utilizes forced air to blow 34 mulch m=terial on seeded areas. 35 36 8-01.3(11) •utlet Protection 37 In the last se tence, "Section 9-13.6" is revised to read "Section 9-13.1(5)". 38 39 8-01.4 Me- urement ' 401 In the twelfth paragraph, "liming" is deleted. 41 42 8-01.5 Pay ent ' 43 The bid item Liming", per acre is deleted. 44 45 8-02.AP8 46 Section 8 •2, Roadside Restoration 47 January 5, r 015 ' 48 8-02.3(1) -esponsibility During Construction 49 The last sent=nce of the second paragraph is revised to read: AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 2 This Work shall include keeping the planted and seeded areas free from insect I 3 infestation, weeds or unwanted vegetation, litter, and other debris along with retaining 4 the finished grades and mulch in a neat uniform condition. 5 6 8-02.3(2) Roadside Work Plan 7 This section's title is revised to read: 8 9 Work Plans 10 11 This section's content is deleted in its entirety and replaced with the following new 12 subsections: 13 14 8-02.3(2)A Roadside Work Plan 15 Before starting any Work that disturbs the earth and as described in Sections 8-01, 8-02 I 16 and 8-03, the Contractor shall submit a roadside work plan. The roadside work plan 17 shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to 18 provide all Contract requirements, including: wetland excavation, soil preparation, I 19 habitat structure placement, planting area preparation, seeding area preparation, bark 20 mulch and compost placement, seeding, planting, plant replacement, irrigation, and 21 weed control in narrative form. 22 23 The Roadside Work Plan shall also include a copy of the approved progress schedule. 24 25 8-02.3(2)B Weed and Pest Control Plan 26 The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The 27 weed and pest control plan shall include scheduling and methods of all control 28 measures required under the Contract or proposed by the Contractor including soil 29 preparation methods to meet the required soil surface conditions in the planting, bark 30 mulch, and wetland areas. The weed control plan shall show general weed control 31 including hand, mechanical and chemical methods, timing, application of herbicides I 32 including type, rate, use and timing, mowing, and noxious weed control. Target weeds 33 and unwanted vegetation to be removed shall be identified and listed in the weed 34 control plan. 35 36 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 37 or Consultant when chemical pesticides are proposed. The plan shall include methods I 38 of weed control; dates of weed control operations; and the name, application rate, and 39 Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall 40 furnish the Engineer with a copy of the current product label for each pesticide and 41 spray adjuvant to be used. These product labels shall be submitted with the weed 42 control plan for approval. 43 44 8-02.3(2)C Plant Establishment Plan 45 The Plant Establishment Plan shall be prepared in accordance with the requirements of 46 Section 8-02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show 47 the proposed scheduling of activities, materials, equipment to be utilized for the first- 48 year plant establishment, and an emergency contact person. The Plan shall include the 49 management of the irrigation system, when applicable. Should the plan become 50 unworkable at any time during the first-year plant establishment, the Contractor shall 51 submit a revised plan prior to proceeding with further Work. 52 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 8-02.3(3) eed and Pest Control I 2 This section i= supplemented with the following new paragraph: • 3 4 Grass, i luding grass applied in accordance with Section 8-01, growing within the 5 mulch ri g of a plant shall be considered a weed and be controlled on the project in I 6 accorda ce with the weed and pest control plan. 7 8 8-02.3(4) T psoil I 9 The last sentence of the first paragraph is revised to read: 10 After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in I11 12 diameter and larger, and litter shall be raked up, removed, and disposed of by the 13 Contract r. 14 ' 15 The following new paragraph is inserted after the first paragraph: 16 17 Topsoil - ockpiled for project use shall be protected to prevent erosion and weed ' 18 growth. eed growth on topsoil stockpile sites shall be immediately eliminated in 19 accorda ce with the approved Weed and Pest Control Plan. 20 ' 21 8-02.3(4)C opsoil Type C 22 The last sent nce is revised to read: 23 24 Topsoil ype C shall meet the requirements of Sections 8-02.3(4), 8-02.3(4)8, and 9- ' 25 14.1(3). 26 27 8-02.3(12) ompletion of Initial Planting ' 28 Item number in the last paragraph is deleted. 29 30 8-02.3(13) lant Establishment ' 31 The first sent=nce of the second paragraph is deleted. 32 33 The second •aragraph is supplemented with the following new sentence: 35 The 1 c...endar year shall be extended an amount equal to any periods where the 36 Contract•r does not comply with the plant establishment plan. ' 37 38 The first sent-nce of the fourth paragraph is revised to read: 39 I 40 During t e first year of plant establishment under PSIPE (Plant Selection Including Plant 41 Establis ment), the Contractor shall meet monthly with the Engineer for the purpose of 42 joint ins•ection of the planting material on a mutually agreed upon schedule. 43 ' 44 The last two •aragraphs are deleted. 45 46 8-02.4 Me urement I47 This section s supplemented with the following: 48 49 Plant se ection will be measured per each. I 50 51 PSIPE (Plant Selection Including Plant Establishment)will be measured per each. 52 ' AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 1 1 8-02.5 Payment 2 The paragraph following the bid item "Topsoil Type ", per acre is revised to read: 3 4 The unit Contract price per acre for"Topsoil Type " shall be full payment for all 5 costs for the specified Work. 6 7 The bid item "PSIPE_", per each and the paragraph following the bid item are revised to 8 read: 9 10 "PSIPE ", per each. 11 12 The unit Contract price for"Plant Selection ", per each, and "PSIPE ", per each, I 13 shall be full pay for all Work necessary for weed control within the planting area, 14 planting area preparation,fine grading, planting, cultivating, plant storage and 15 protection, fertilizer and root dip, staking, cleanup, and water necessary to complete 1 16 planting operations as specified to the end of first year plant establishment. 17 18 The bid item "Plant Establishment- Year" is deleted. 19 20 8-04.AP8 21 Section 8-04, Curbs, Gutters, and Spillways , 22 January 5, 2015 23 8-04.2 Materials I 24 The referenced section for the following item is revised to read: 25 26 Hand Placed Riprap 9-13.1(4) 27 28 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 29 The first sentence in the fourth paragraph is revised to read: 30 31 Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, 32 and placed at the beginning and ends of curb returns, drainage Structures, bridges, and I 33 cold joints with existing curbs and gutters. 34 35 In the third sentence of the fourth paragraph, "Y4-inch" is revised to read"%-inch". 36 37 8-04.3(1)A Extruded Cement Concrete Curb 38 The second sentence in the second paragraph is revised to read: 39 40 Cement concrete curbs shall be anchored to the existing pavement by placing steel 41 reinforcing bars 1 foot on each side of every joint. 42 43 The third paragraph is revised to read: 44 45 Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. 46 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 418/15 1 8-09.AP8 ' 2 Section 8-0 , Raised Pavement Markers 3 April 7, 201 I4 8-09.3(6) R:cessed Pavement Marker 5 The following sentence is inserted after the first sentence of the first paragraph: 6 7 The Co tractor shall ensure that grinding of the pavement does not result in any 8 damage, (e.g. chipping, spalling or raveling)to the pavement to remain. 9 ' 10 8-11.AP8 11 Section 8-1 Guardrail ' 12 April 7, 201 13 8-11.3(1) 13-am Guardrail 14 15 After the belo Amendments to 8-11.3(1)F and 8-11.3(1)G are applied, this section is 16 supplement with the following new sub-section: ' 17 18 8-11.3(1 F Removing and Resetting Beam Guardrail 19 The Con ractor shall remove and reset existing guardrail posts,rail element, hardware 20 and bloc s to the location shown in the Plans. The mounting height of reset rail element 21 shall be :t the height shown in the Plans. The void caused by the removal of the post 22 shall be .ackfilled and compacted. 23 24 The Con ractor shall remove and replace any existing guardrail posts and blocks that 25 are not ited for re-use, as staked by the Engineer. The void caused by the removal of 26 the post -hall be backfilled and compacted. The Contractor shall then furnish and install 27 a new g ardrail post to provide the necessary mounting height. 28 29 8-11.3(1)A rection of Posts ' 30 The second aragraph in this section is deleted. 31 32 8-11.3(1)C erminal and Anchor Installation I33 The last sent nce in the last paragraph is deleted. 34 35 8-11.3(1)F lane ' 36 This section umber is revised to: 37 38 8-11.3(1 G 39 40 8-11.3(1)G Guardrail Construction Exposed to Traffic 41 This section umber is revised to: ' 42 43 8-11.3(1)H 44 I I AMENDMENTS 0 THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 48/15 1 1 8-18.AP8 2 Section 8-18, Mailbox Support 3 August 4, 2014 4 8-18.3(1) Type 3 Mailbox Support ' 5 In the third paragraph, the first sentence is revised to read: 6 7 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other 8 durable material, that meets the NCHRP 350 or the Manual for Assessing Safety 9 Hardware (MASH) crash test criteria may be used in place of the design shown in the 10 Standard Plans. 11 12 8-20.AP8 13 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 14 Systems, and Electrical 15 April 6, 2015 1 16 8-20.2(1) Equipment List and Drawings 17 The second sentence of the second paragraph is revised to read: , 18 19 Supplemental data would include such items as catalog cuts, product Specifications, 20 shop drawings, wiring diagrams, etc. 21 22 The third paragraph (up until the colon) is revised to read: 23 24 If the luminaires are not listed in the Qualified Products List, the Contractor shall submit 25 the following information for each different type of luminaire required on the Contract: 26 27 The fourth paragraph (up until the colon) is revised to read: 28 29 The Contractor shall submit for approval Type 3E Working Drawings in accordance with 30 Section 1-05.3 for each of the following types of standards called for on this project: 1 31 32 The fifth paragraph is revised to read: 33 34 The Contractor will not be required to submit shop drawings for approval for light 35 standards and traffic signal standards conforming to the preapproved plans listed in the 36 Special Provisions. The Contractor may use preapproved plans posted on the WSDOT • 37 website with a more current revision date than published in the Special Provisions. 38 39 8-20.3(1) General 40 The following six new paragraphs are inserted after the second paragraph: 41 42 If a portion of an existing communication conduit system is damaged due to the 43 Contractor's activities, the affected system shall be restored to original condition. 44 Conduit shall be repaired. Communication cables shall be replaced and the 45 communication system shall be made fully operational within 24 hours of being 46 damaged. ' 47 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 1 Damagec communication cable shall be replaced between existing termination or splice I 2 3 points. N additional termination or splice points will be allowed. An existing terminate n or splice point is defined as a location where all existing fiber strands or 4 twisted p it wires are terminated or spliced at one point. Communication cable shall be 5 defined a either copper twisted pair or fiber optic cables. The Contractor may use I6 tempora splices to restore Contracting Agency communication systems until the 7 permane t communication cable system is restored. 8 I 9 When damage to an existing communication system has occurred, the Contractor shall • 10 perform t e following in addition to other restoration requirements: 11 12 1. I spect the communication raceway system including locate wire or tape to 13 termine the extent of damage. 14 I 15 2. contact the Engineer for Fiber Optic Cable and Twisted Pair(TWP) Copper 16 able acceptance testing requirements and communication system restoration 17 r quirements. I18 19 3. I itially perform the acceptance tests to determine the extent of damage and 20 !so perform the acceptance tests after repairs are completed. Provide written 21 rtification that the communication cable system, including the locate wire or 22 t pe, is restored to test standard requirements. 23 24 Commun cation cables shall be restored by Contractor personnel that are WSDOT I 25 prequalifi for communication installation work. Restoration shall be considered 26 electrical work when the path of the communication system interfaces with electrical 27 systems.; Electrical work of this nature shall be performed by Contractor personnel that 28 are WSDOT prequalified for work on both electrical and communication systems. 29 30 If the Contractor or Subcontractors are unable or unqualified to complete the restoration I 31 work, the Engineer may have the communication or electrical systems restored by other 32 means alyd subtract the cost from the money that will be or is due the Contractor. 33 34 When fie d repair of existing conduit, innerduct or outerduct is required, the repair kits I 35 shall be installed per manufacturer's recommendations. Repair kits and each 36 connection point between the repair kit and the existing raceway system shall be sealed 1 37 to prevert air leakage during future cable installation. 1 38 39 8-20.3(8) firing 40 The second ntence in the eleventh paragraph is revised to read: I 41 42 Every co ductor at every wire termination, connector, or device shall have an approved 43 wire mar ing sleeve bearing, as its legend, the circuit number indicated in the Contract. ' 44 45 8-20.3(13)A Light Standards 46 In the third paragraph, the last sentence of item number 1 is revised to read: I 47 48 Conduit shall extend a maximum of 1 inch above the top of the foundation, including 49 grounding end bushing or end bell bushing. I 50 51 In the fourth paragraph, the second sentence of item number 1 is revised to read: 52 I AMENDMENTS THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 I 1 Conduits shall be cut to a maximum height of 2 inches above the foundation including 2 grounding end bushing or end bell bushing. I 3 4 8-21.AP8 5 Section 8-21, Permanent Signing I 6 April 6, 2015 7 8-21.3(9)F Foundations I 8 The first sentence of the first paragraph is revised to read: 9 10 The excavation and backfill shall conform to the requirements of Section 2-09.3. 11 12 8-22.AP8 13 Section 8-22, Pavement Marking ' 14 April 6, 2015 15 8-22.3(6) Removal of Pavement Markings I 16 The second and third sentences of the first paragraph are revised to read: 17 18 Grinding to remove pavement markings is allowed prior to application of a Bituminous 19 Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and 20 cement concrete pavements is allowed to a depth just above the pavement surface, I 21 then water blasting or shot blasting shall be required to remove the remaining markings. 22 23 8-23.AP8 I 24 Section 8-23, Temporary Pavement Markings 25 January 5, 2015 I 26 This section's content is deleted in its entirety and replaced with the f oll owin g n ew sub- 27 sections: 28 I 29 8-23.1 Description 30 The Work consists of furnishing, installing, and removing temporary pavement . 31 markings. Temporary pavement markings shall be provided where noted in the Plans; I 32 for all lane shifts and detours resulting from construction activities; or when permanent • 33 markings are removed because of construction operations. 35 8-23.2 Materials 36 Materials for temporary markings shall be paint, plastic, tape, raised pavement markers 37 or flexible raised pavement markers. Materials for pavement markings shall meet the ' 38 following requirements: 39 40 Raised Pavement Markers 9-21 I 41 Temporary Marking Paint 9-34.2(6) 42 Plastic 9-34.3 43 Glass Beads for Pavement Marking Materials 9-34.4 44 Temporary Pavement Marking Tape 9-34.5 I 45 Temporary Flexible Raised Pavement Markers 9-34.6 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK I Revised: 416115 1 1 I 2 8.23.3 «•nstruction Requirements 3 4 8-2 3(1) General 5 The ontractor shall select the type of pavement marking material in accordance I 6 7 with he Contract. 8 8-2 3(2) Preliminary Spotting I • 9 All p eliminary layout and marking in preparation for application or removal of 10 tern orary pavement markings shall be the responsibility of the Contractor. 11 12 8-2 3(3) Preparation of Roadway Surface 13 Surf:ce preparation for temporary pavement markings shall be in accordance with 14 the anufacturer's recommendations. I 15 16 8-2 3(4) Pavement Marking Application 17 18 23.3(4)A Temporary Pavement Markings—Short Duration 19 emporary pavement markings-short duration shall meet the following 20 requirements: 21 I 22 Temporary Center Line—A BROKEN line used to delineate adjacent 23 lanes of traffic moving in opposite directions. The broken pattern shall be 24 based on a 40-foot unit, consisting of a 4-foot line with a 36-foot gap if I 25 paint or tape is used. If temporary raised pavement markers are used, the 26 pattern shall be based on a 40-foot unit, consisting of a grouping of three 27 temporary raised pavement markers, each spaced 3 feet apart, with a 34 I 28 foot gap. 29 30 Temporary Edge Line—A SOLID line used on the edges of Traveled I 31 32 Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers 33 installed continuously at 5-foot spacing. I 34 35 Temporary Lane Line-A BROKEN line used to delineate adjacent lanes 36 with traffic traveling in the same direction. The broken pattern shall be 37 based on a 40-foot unit, consisting of a 4-foot line with a 36-foot gap, if I 38 paint or tape is used. If temporary raised pavement markers are used, the 39 pattern shall be based on a 40-foot unit, consisting of a grouping of three 40 temporary raised pavement markers, each spaced 3 feet apart, with a 34 I 41 foot gap. 42 43 Lane line and right edge line shall be white in color. Center line and left edge I 44 line shall be yellow in color. Edge lines shall be installed only if specifically 45 required in the Contract. All temporary pavement markings shall be 46 retroreflective. I 47 48 8-23.3(4)A1 Temporary Pavement Marking Paint 49 Paint used for short duration temporary pavement markings shall be 50 applied in one application at a thickness of 15 mils or 108 square feet per I51 gallon. Glass beads shall be in accordance with Section 8-22.3(3)G. 52 I I AMENDMENTS THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4!6!15 I 1 8-23.3(4)A2 Temporary Pavement Marking Tape 2 Application of temporary pavement marking tape shall be in conformance • 3 with the manufacturer's recommendations. Ill 4 5 Black mask pavement marking tape shall mask the existing line in its 6 entirety. I 7 8 8-23.3(4)A3 Temporary Raised Pavement Markers 9 Temporary raised pavement markers are not allowed on bituminous I 10 surface treatments. 11 12 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers I 13 Flexible raised pavement markers are required for new applications of 14 bituminous surface treatments. Flexible raised pavement markers are not 15 allowed on other pavement types unless otherwise specified or approved 16 by the Engineer. Flexible raised pavement markers shall be installed with 1 17 the protective cover in place. The cover shall be removed immediately 18 after spraying asphaltic material. 19 1 20 8-23.3(4)B Temporary Pavement Markings—Long Duration 21 Application of paint, pavement marking tape and plastic for long duration 22 pavement markings shall meet the requirements of Section 8-22.3(3); 23 application of raised pavement markers shall meet the requirements of Section 24 8-09.3; and application of flexible pavement markings shall be in conformance 25 with the manufacturer's recommendations. I 26 27 8-23.3(4)C Tolerance for Lines 28 Tolerance for lines shall conform to Section 8-22.3(4). 29 30 8-23.3(4)D Maintenance of Pavement Markings 31 Temporary pavement markings shall be maintained in serviceable condition 32 throughout the project until permanent pavement markings are installed. As 33 directed by the Engineer; temporary pavement markings that are damaged, 34 including normal wear by traffic, shall be repaired or replaced immediately. 35 Repaired and replaced pavement markings shall meet the requirements for the 36 original pavement marking. 37 38 8-23.3(4)E Removal of Pavement Markings I 39 Removal of temporary paint is not required prior to paving; all other temporary 40 pavement markings shall be removed. 41 42 All temporary pavement markings that are required on the wearing course prior 43 to construction of permanent pavement markings and are not a part of the 44 permanent markings shall be completely removed concurrent with or 45 immediately subsequent to the construction of the permanent pavement 46 markings. Temporary flexible raised pavement markers on bituminous surface 47 treatment pavements shall be cut off flush with the surface if their location. 48 conflicts with the alignment of the permanent pavement markings. All other 49 temporary pavement markings shall be removed in accordance S ection 8- 50 22.3(6). 51 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416/15 I 1 II damage to the permanent Work caused by removing temporary pavement 2 markings shall be repaired by the Contractor at no additional cost to the I 3 Contracting Agency. 4 I 5 6 8-23.4 easurement Tempor pavement markings will be measured by the linear foot of each installed line 7 or groupi g of markers, with no deduction for gaps in the line or markers and no 8 addition I measurement for the second application of paint required for long duration I 9 paint lin Short duration and long duration,temporary pavement markings will be 10 measur for the initial installation only. 11 I 12 8-23.5 ayment 13 Paymen will be made in accordance with Section 1-04.1, for each of the following Bid 14 items th t are included in the Proposal: I 15 16 "Te porary Pavement Marking—Short Duration", per linear foot. 17 18 "Te porary Pavement Marking—Long Duration", per linear foot. 19 20 The unit Contract price per linear foot for"Temporary Pavement Marking—Short 21 Dur tion" and "Temporary Pavement Marking—Long Duration"shall be full pay for I22 all ork. 23 24 9-01.AP9 I25 Section 9-0 , Portland Cement 26 January 5, 015 27 9-01.2(3) L w Alkali Cement 28 This section i revised to read: I 29 30 When to alkali portland cement is required, the percentage of alkalies in the cement 31 shall not exceed 0.60 percent by weight calculated as Na20 plus 0.658 K20. This 32 limitation shall apply to all types of portland cement. 33. 34 9-01.2(4) B ended Hydraulic Cement I 35 The first par raph is revised to read: 36 37 Blended hydraulic cement shall be either Type IP(X)(MS)or Type IS(X)(MS) cement 38 conform' g to AASHTO M 240 or ASTM C 595, except that the portland cement used to I39 produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by 40 weight c lculated as Na20 plus 0.658 K20 and shall meet the following additional 41 require ents: 1 442 3 1. ype IP(X)(MS) - Portland-Pozzolan Cement where(X)equals the targeted 44 ercentage of fly ash, the fly ash is limited to a maximum of 35 percent by ' 45 eight of the cementitious material; (MS) indicates moderate sulfate resistance. 46 47 2. ype IS(X)(MS) - Portland Blast- Furnace Slag Cement,where: (X)equals the 48 argeted percentage of ground granulated blast-furnace slag, the ground ' 49 ranulated blast furnace sla 9 is limited to a maximum of 50 percent by weight 50 f the cementitious material; (MS) indicates moderate sulfate resistance. I I AMENDMENTS ILO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 2 The first sentence of the second paragraph is revised to read: 3 4 The source and weight of the fly ash or ground granulated blast-furnace slag shall be 5 certified on the cement mill test report or cement certificate of analysis and shall be 6 reported as a percent by weight of the total cementitious material. 7 8 9-01.3 Tests and Acceptance 9 The first paragraph is revised to read: 10 11 Cement may be accepted by the Engineer based on the cement mill test report number 12 or cement certificate of analysis number indicating full conformance to the 13 Specifications.All shipments of the cement to the Contractor or concrete supplier shall 14 identify the applicable cement mill test report number or cement certificate of analysis 15 number and shall be provided by the Contractor or concrete supplier with all concrete 16 deliveries. 17 18 The second paragraph is revised to read: 19 20 Cement producers/suppliers that certify portland cement or blended cement shall 21 participate in the Cement Acceptance Program as described in WSDOT Standard 22 Practice QC 1. 23 24 9-01.4 Storage on the Work Site 25 This section is revised to read: 26 27 At the request of the Engineer, the Contractor shall provide test data to show that 28 cement stored on site for longer than 60 days meets the requirements of 9-01. Tests I 29 shall be conducted on samples taken from the site in the presence of the Engineer. Test 30 results that meet the requirements of 9-01 shall be valid for 60 days from the date of 31 sampling, after which the Engineer may require further testing. 32 33 9-02.AP9 34 Section 9-02, Bituminous Materials 1 35 April 6, 2015 36 9-02.1(4) Performance Graded Asphalt Binder(PGAB) 37 The first paragraph is with the following: 38 I 39 For HMA with greater than 20 percent RAP by total weight of HMA or any amount of 40 RAS the new asphalt binder, recycling agent and recovered asphalt(RAP and/or RAS) 41 when blended in the proportions of the mix design shall meet the PGAB requirements of 42 AASHTO M 320 Table 1 for the grade of asphalt binder specified by the Contract. • 43 44 This section is supplemented with the following: 45 46 The recycling agent used to rejuvenate the recovered asphalt from recycled asphalt 47 pavement(RAP) and reclaimed asphalt shingles (RAS) shall meet the specifications in 48 Table 1: 49 Table 1 I RA 1 I RA 5 I RA 25 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 Test ASTM Test Min. Max. Min. Max. Min. Max. I Method Viscosity @ D2170 or 50 150 200 800 1000 4000 140°F cSt D2171 Flashpoint D92 400 400 400 I COC °F Saturates,Wt. D2007 30 30 30 I Specific Gravity D70 or D2198 Report Report Report Tests on Residue from D2872 I RTFC Viscosity Ratio' 3 3 3 IMass Change 4 4 4 'Viscosity Ratio=RTFC Viscosity aa, 140°F.cSt IOriginal Viscosity @ 140°F,cSt 1 t 2 I 3 9-02.1(6)A olymerized Cationic Emulsified Asphalt CRS-2P 4 In the ninth r w of the table,"Test" is revised to read "Tests". 5 I 6 _ The eleventh row in the table is revised to read: 7 • Elastic Recovery% ( T 3012 I 50 I 8 9 The last two rows of the table are deleted. 10 11 Footnote 2 below the table is revised to read: 12 13 2 The residue material for T 301 shall come from the modified distillation per note 1. 14 I 15 Footnote 3 blow the table is deleted. 16 17 The last para raph is deleted. 18 19 9-03.AP9 1 20 Section 9-0 ,Aggregates 21 April 6, 201 I 22 9-03.1(2)C se of Substandard Gradings 23 This section i eluding title is deleted in its entirety and replaced with the following: 24 I 25 Vacant 26 27 9-03.1(4)C rading I 28 In the secon paragraph, the first sentence is deleted. 29 30 The third par graph is deleted. I I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 2 9-03.1(5)B Grading 3 The last paragraph is revised to read: 4 5 The Contracting Agency may sample each aggregate component prior to introduction to 6 the weigh batcher or as otherwise determined by the Engineer. Each component will be 7 sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test 8 Method T-27/11.All aggregate components will be mathematically re-combined by the 9 proportions(percent of total aggregate by weight) provided by the Contractor on 10 Concrete Mix Design Form 350-040. 11 12 9-03.8(1) General Requirements 13 The first paragraph up until the colon is revised to read: 14 15 Preliminary testing of aggregates for source approval shall meet the following test I 16 requirements: 17 18 The list in the first paragraph is supplemented with the following: 19 20 Sand Equivalent 45 min. 21 22 The following new paragraph is inserted after the first paragraph: 23 24 Aggregate sources that have 100 percent of the mineral material passing the No. 4 25 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 26 27 9-03.8(2) HMA Test Requirements 28 The second paragraph (up until the colon) is revised to read: 29 30 The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse 31 and fine aggregate within the limits set forth in Section 9-03.8(6) and mixed in the I 32 laboratory with the designated grade of asphalt binder, using the Superpave gyratory 33 compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required 34 gyrations for N initial, N design, and N maximum with the following properties: 35 36 The third paragraph is revised to read: 37 I 38 The mix criteria for Hamburg Wheel-Track Testing and Indirect Tensile Strength do not 39 apply to HMA accepted by commercial evaluation. 40 41 9-03.8(3)B Gradation—Recycled Asphalt Pavement and Mineral Aggregate 42 This section is supplemented with the following: 43 44 For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be 45 processed to ensure that 100 percent of the material passes a sieve twice the size of 46 the maximum aggregate size for the class of mix to be produced. 47 48 When any amount of RAS is used in the production of HMA the RAS shall be milled, 49 crushed or processed to ensure that 100 percent of the material passes the'/ inch 50 sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, I 51 paper, wood and plastic shall not exceed 2.0 percent by mass as determined on 52 material retained on the No. 4 sieve. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 2 9-03.14(3) Common Borrow I 3 This section i3 revised to read: 4 5 Material or common borrow shall consist of granular or nongranular soil and/or I 6 aggrega which is free of deleterious material. Deleterious material includes wood, 7 organic aste, coal, charcoal, or any other extraneous or objectionable material. The 8 material hall not contain more than 3 percent organic material by weight. The plasticity I• 9 index sh II be determined using test method AASHTO T 89 and AASHTO T 90. 10 11 The metal shall meet one of the options in the soil plasticity table below. II 12 13 Soil Plasticity Table 14 I Plasticity Option Sieve Percent Passing Index No. 1 1 200 0- 12 N/A No. • I 2 200 12.1 -35 No. 6 or Less 3 200 Above 35 0 15 All percentages are by weight. 16 17 If reque ed by the Contractor, the plasticity index may be increased with the approval I 18 of the E gineer. 19 20 9-03.14(4) Gravel Borrow for Structural Earth Wall 21 In the second table,the row beginning with "pH" is revised to read: I22 pH WSDOT Test 4.5-9 5- 10 I Method T 417 1 23 24 9-03.21(1) General Requirements I 25 The following new paragraph is inserted after the second paragraph: 26 27 Reclaim asphalt shingles samples shall contain less than the maximum percentage of 28 asbesto fibers based on testing procedures and frequencies established in conjunction I29 with the pecifying jurisdiction and state or federal environmental regulatory agencies. 30 31 9-04.AP9 I32 Section 9-04, Joint and Crack Sealing Materials 33 January 5, 2015 1 34 9-04.1(4) Elastomeric Expansion Joint Seals 35 In this section, "AASHTO M 220" is revised to read "ASTM D 2628". 1 36 I AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/8115 1 1 9-04.2(1) Hot Poured Joint Sealants 2 In the first paragraph, "AASHTO M 324" is revised to read "ASTM D 6690". 3 4 9-04.2(2) Poured Rubber Joint Sealer 5 In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329". 6 7 9-05.AP9 8 Section 9-05, Drainage Structures and Culverts 9 April 7, 2014 10 9-05.13 Ductile Iron Sewer Pipe , 11 The first paragraph is deleted. 12 13 9-06.AP9 1 14 Section 9-06, Structural Steel and Related Materials 15 January 5, 2015 ' 16 9-06.5(4) Anchor Bolts 17 The third sentence of the second paragraph is revised to read: 18 19 Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to 20 ASTM A 563, Grade A or DH. 21 22 9-07.AP9 23 Section 9-07, Reinforcing Steel 1 24 January 6, 2014 25 9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Pavement ' 26 Rehabilitation) 27 This section is revised to read: 28 29 Epoxy-coated dowel bars shall be round plain steel bars of the dimensions shown in the 30 Standard Plans. They shall conform to AASHTO M 31, Grade 60 or ASTM A 615, 31 Grade 60 and shall be coated in accordance with ASTM A 1078 Type 2 coating, except , 32 that the bars may be cut to length after being coated. Cut ends shall be coated in 33 accordance with ASTM A 1078 with a patching material that is compatible with the 34 coating, inert in concrete and recommended by the coating manufacturer. The thickness I 35 of the epoxy coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a 36 written certification that properly identifies the coating material, the number of each 37 batch of coating material used, quantity represented, date of manufacture, name and ' 38 address of manufacturer, and a statement that the supplied coating material meets the 39 requirements of ASTM A 1078 Type 2 coating. Patching material, compatible with the 40 coating material and inert in concrete and recommended by the manufacturer shall be 41 supplied with each shipment for field repairs by the Contractor. 42 43 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) 44 This section's title is revised to read: 45 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416!15 1 9-07.5(2) Corrosion Resistant Dowel Bars(for Cement Concrete Pavement and 2 Cement Concrete Pavement Rehabilitation) 3 4 9-08.AP9 ' 5 Section 9-08, Paints and Related Materials 6 January 5, 2015 7 9-08.1(2)H Top Coat, Single Component, Moisture-Cured Polyurethane 8 The second paragraph is revised to read: 9 ' 10 Color and Gloss: As specified in the Plans or Special Provisions 11 12 The last item in the requirements list is revised to read: 1 13 14 The top coat shall be a gloss or semi-gloss 15 ' 16 9-08.1(8) Standard Colors 17 The second paragraph is deleted. 18 ' 19 The third paragraph is revised to read: 20 21 Unless otherwise specified, all top or finish coats shall be gloss or semi-gloss, with the ' 22 23 paint falling within the range of greater than 70 for gloss and 35 to 70 for semi-gloss on the 60-degree gloss meter. 24 25 9-09.AP9 26 Section 9-09, Timber and Lumber 27 January 6, 2014 ' 28 1) Requirements 9-09.3(1) General ( 4 29 The fourth paragraph is revised to read: 30 II accompanied by a Certificate of h be m 31 All orders of treated timber and lumbers shall Y 32 Treatment record. The Certificate of Treatment showing conformance to this ' 33 specification and AWPA standards shall include the following information: 34 35 Name and location of the wood preserving company, 36 37 Customer identification, 38 39 Date of treatment and charge number, 40 41 Type of chemical used and amount of retention, 42 43 Treating process and identification of the Specification used, 44 45 Boring records verifying treatment penetration for timber and lumber with a.nominal ' 46 dimension of 6" x 6" or larger, 47 48 Description of material that was treated, and 1 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 1 2 Signature of a responsible plant official 3 4 The fifth paragraph is deleted. 5 6 The first sentence in the last paragraph is revised to read: 7 8 All timber and lumber to be used in aquatic environments, unless specified otherwise in I 9 the Contract, shall be chemically treated using Western Wood Preservers Institute Best 10 Management Practices (BMPs). 11 12 9-10.AP9 ' 13 Section 9-10, Piling 14 March3, 2014 15 9-10.5 Steel Piling . 16 This section is revised to read: 17 18 The material for roiled steel piling H-piling and pile splices shall conform to ASTM A 36, 19 ASTM A 572 or ASTM A 992. The material for steel pipe piling and splices shall 20 conform to one of the following requirements except as specifically noted in the Plans: 21 22 1. API 5L Grade X42 or X52 material may be used for longitudinal seam welded or 23 helical (spiral) seam submerged-arc welded pipe piles of any diameter. 24 25 2. ASTM A 252 Grade 2 or 3 material may be used for longitudinal seam welded 26 or helical (spiral) seam submerged-arc welded pipe piles of any diameter. For 27 the purposes of welding and prequalification of base metal, steel pipe pile 28 designated as ASTM A 252 may be treated as prequalified provided the 29 chemical composition conforms to a prequalified base metal classification listed 111 30 in Table 3.1 of the AWS Dl.1/D1.1 M, latest edition, Structural Welding Code, 31 the grade of pipe piling meets or exceeds the grade specified in the Plans, and 32 the carbon equivalent (CE) is a maximum of 0.45-percent. 33 34 3. ASTM A 572 or ASTM A 588 material may be used for longitudinal seam 35 welded piles of any diameter. 36 37 For helical (spiral) seam submerged-arc welded pipe piles, the maximum radial offset of 38 strip/plate edges shall be 1/8 inch. The offset shall be transitioned with a taper weld and 39 the slope shall riot be less than a 1 in 2.5 taper. The weld reinforcement shall not be 40 greater than 3/16 inches and misalignment of weld beads shall not exceed 1/8 inch. 41 42 Steel soldier piles, and associated steel bars and plates, shall conform to ASTM A 36, 43 ASTM A 572 or ASTM A 992, except as otherwise noted in the Plans. 44 45 All steel piling may be accepted by the Engineer based on the Manufacturer's ' 46 Certificate of Compliance submitted in accordance with Section 1-06.3. The 47 manufacturer's certificate of compliance submittal for steel pipe piles shall be 48 accompanied by certified mill test reports, including chemical analysis and carbon 49 equivalence, for each heat of steel used to fabricate the steel pipe piling. 50 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 I 1 9-13.AP9 I2 Section 9-13, Riprap, Quarry Spells, Slope Protection, and Rock for Erosion 3 and Scour Protection and Rock Walls I4 January 5, 2015 5 This section's content is deleted. 6 I7 9-13.1 Loose Riprap 8 This section's content, including title and subsections, is revised to read the following: 9 I10 9-13.1 Riprap and Quarry Spalls 11 12 9-13.1(1) General 1 13 Riprap and quarry spells shall consist of broken stone or broken concrete rubble 14 and shall be free of rock fines, soil, or other extraneous material. Concrete rubble 15 shall not be contaminated by foreign materials such as fibers, wood, steel, asphalt, I 16 17 sealant, soil, plastic and other contaminants or deleterious material. Concrete rubble that is imported to the job site will require testing and certification for toxicity 18 characteristics per Section 9-03.21(1). I 19 20 The grading of the riprap shall be determined by the Engineer by visual inspection 21 of the load before it is dumped into place, or, if so ordered by the Engineer, by 22 dumping individual loads on a flat surface and sorting and measuring the individual I 23 rocks contained in the load. Should the riprap contain insufficient spalls, as defined 24 in Section 9-13.1(5), the Contractor shall furnish and place supplementary spall 25 material. I26 27 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 28 defects tending to destroy its resistance to weather and shall conform to the I 29 following requirements for quality. 30 Aggregate Property Test Method Requirement I Degradation Factor Los WSDOT T 113 15 minimum Angeles Wear,500 Rev. AASHTO T 96 50%maximum Specific Gravity,SSD AASHTO T 85 2.55 minimum • 31 32 9-13.1(2) Heavy Loose Riprap 33 Heavy loose riprap shall meet the following requirements for grading: 34 I Minimum Size Maximum Size 40%o to 90% 1 ton('/2 cubic yd.) 70%to 90% 300 lbs.(2 cu.ft.) I 10%to 30% 3 inch 50 lbs.(spalls) 35 36 I 37 9-13.1(3) Light Loose Riprap 38 Light loose riprap shall meet the following requirements for grading: 39 I Size Range Maximum Size 20%to 90% 3001bs.to 1 ton (2 cu.ft.to V2 cu.yd.) 1 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK ' Revised: 416115 15%to 80% 50 lbs.to 1 ton (/3 cu.ft.to h cu.yd.) 10%to 20% 3 inch 50 lbs.(spans) 1 2 9-13.1(4) Hand Placed Riprap 3 Hand placed riprap shall be as nearly rectangular as possible, 60 percent shall I 4 have a volume of not less than 1 cubic foot. No stone shall be used which is less 5 than 6 inches thick, nor which does not extend through the wall. 6 7 9-13.1(5) Quarry Spells 8 Quarry spells shall meet the following requirements for grading: 9 Sieve Size Percent Passing 8" 100 3" 40 max. 34" 10 max. 10 11 9-13.2 Hand Placed Riprap 12 This section, including title, is deleted in its entirety and replaced with the following: 13 14 9-13.2 Vacant 15 16 9-13.4 Rock for Erosion Control and Scour Protection 1 17 The last sentence is revised to read: 18 19 The use of recycled materials and concrete rubble is not permitted for this application. 20 21 9-13.6 Quarry Spells 22 This section, including title, is deleted in its entirety and replaced with the following: 23 24 9-13.6 Vacant 25 26 9-14.AP9 27 Section 9-14, Erosion Control and Roadside Planting 28 January 5, 2015 29 9.14.1 Soil ' 30 This section, including title, is revised to read: 31 32 9-14.1 Topsoil 33 Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious Nuisance weeds of any Class designated by authorized State or County officials. 34 and y g y Y 0 35 Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be 36 greater than two inches in diameter. 37 38 9-14.1(2) Topsoil Type B 39 The last sentence of the second paragraph is deleted. •40 41 9-14.2 Seed 42 This section is revised to read: 43 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 Seed of the type specified shall be certified in accordance with WAC 16-302. Seed 2 mixes shall be commercially prepared and supplied in sealed containers. The labels 3 shall show: 4 5 (1) Common and botanical names of seed 6 7 (2) Lot number 8 ' 9 (3) Net weight 10 11 (4) Pounds of Pure live seed (PLS) in the mix 12 13 (5) Origin of seed 14 15 All seed vendors must have a business license issued by supplier's state or provincial 16 Department of Licensing with a "seed dealer"endorsement. 17 ' 18 9-14.4(3) Bark or Wood Chips 19 This section's title is revised to read: 20 21 Bark or Wood Chip Mulch 22 23 The first paragraph is revised to read: 124 25 Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not 26 contain resin, tannin, or other compounds in quantities that would be detrimental to 27 plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood 28 products or construction debris will not be allowed. 29 30 9-14.4(6) Gypsum ' 31 The first sentence is revised to read: 32 33 Gypsum shall consist of Calcium Sulfate (CaSO4.2H2O) in a pelletized or granular form. 34 ' 35 9-14.4(7) Tackifier 36 This section is revised to read: 37 38 Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifiers shall 39 contain no growth or germination-inhibiting materials and shall not reduce infiltration ' 40 rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. 41 42 The Contractor shall provide test results documenting the tackifier meets the 43 requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in 44 Section 9-14.4(2). The tests shall be performed at the manufacturer's recommended 45 application rate. 46 ' 47 9-14.4(8) Compost 48 The second paragraph is revised to read: 49 1 50 Compost production and quality shall comply with WAC 173-350. • 51 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1. 1 9-14.4(8)A Compost Submittal Requirements 2 Item 2 is revised to read: 3 4 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 5 Jurisdictional Health Department in accordance with WAC 173-350(Minimum 6 Functional Standards for Solid Waste Handling). 7 8 9-14.6(1) Description 9 Item number 3 in the fourth paragraph is revised to read: 10 11 3. Live pole cuttings shall have a diameter between 2 inches and 3.5 inches. Live 12, poles shall have no more than three branches which must be located at the top end I 13 of the pole and those branches shall be pruned back to the first bud from the main 14 stem. 15 16 9-14.6(2) Quality tY 17 The second and third paragraphs in this section are revised to read: 18 19 All plant material shall comply with State and Federal laws with respect to inspection 20 for plant diseases and insect infestation. Plants must meet Washington State 21 Department of Agriculture plant quarantines and have a certificate of inspection. Plants I 22 originating in Canada must be accompanied by a phytosanitary certificate stating the 23 plants meet USDA health requirements. 24 25 All plant material shall be purchased from a nursery licensed to sell plants in their state 26 or province. 27 28 9-15.AP9 i 29 Section 9-15, Irrigation System 30 August 4, 2014 , 31 9-15.18 Detectable Marking Tape 32 In the second paragraph, the table is supplemented with the following new row: ' 33 Non-Potable Water I Purple 34 35 36 9-16.AP9 37 Section 9-16, Fence and Guardrail , 38 August 4, 2014 39 9-16.2(1)B Wood Fence Posts and Braces , 40 In the table, the row beginning with "ACA" is deleted. 41 AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1 1 9-29.AP9 ' 2 Section 9-29, Illumination, Signal, Electrical 3 April 6, 2015 ' 4 9-29.1 Conduit, Innerduct, and Outerduct 5 This section is supplemented with the following new subsection: 6 ' 7 9-29.1(9) Repair 8 Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and 9 outerduct. The conduit repair kit shall be manufactured specifically for the repair of 10 existing damaged conduit, inner duct and outer duct. The repair kit shall be 11 prepackaged and include the split conduit and split couplings necessary to restore the 12 damaged conduit to the original inside dimensions including a water and air tight seal. ' 13 14 9-29.2(1)B Heavy Duty Junction Boxes 15 The second paragraph is revised to read: 16 17 The Heavy-Duty Junction Box steel frame, lid support and lid fabricated from steel plate 18 and shapes shall be painted with a shop applied, inorganic zinc primer in accordance I 19 with Section 6-07.3. Ductile iron and gray iron castings shall not be painted. 20 21 The following new paragraph is inserted after the second paragraph: ' 22 23 The concrete used in Heavy-Duty Junction Boxes shall have a minimum compressive 24 strength of 4,000 psi. 25 26 In the fourth paragraph (after the preceding Amendment is applied), the table is revised to 27 read: 28 ' Materials Requirement Concrete Section 6-02 Reinforcing Steel Section 9-07 Lid ASTM A 786 diamond plate steel,rolled from plate complying with ASTM A 572,grade 50 or ASTM A 588,and having a min.CVN toughness of 20 ft-lb at 40 degrees F. Or Ductile iron casting meeting Section 9-05.15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588,both with min.CVN toughness of 20 ft-lb at 40 degrees F Or Gray iron casting meeting Section 9-05.15 Anchors(studs) Section 9-06.15 ' Threaded Anchors for Gray Iron Frame ASTM F1554 grade 55 Headed Anchor Requirements Bolts,Studs,Nuts,Washers ASTM F 593 or A 193,Type 304 or 316,or Stainless steel grade 302,304,or 316 in accordance with approved shop drawings Hinges and Locking and Latching In accordance with approved shop drawings ' Mechanism and associated Hardware and Bolts AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 Safety Bars In accordance with approved shop drawings 1 2 The last paragraph is revised to read: 3 4 The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris 5 that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-seize Ni 6 compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall 7 be machined to allow a minimum of 75 percent of the bearing areas to be seated with a 8 tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area I 9 percentage will be measured for each side of the lid as it bears on the frame. 10 11 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 12 This section's title is revised to read: 13 14 Small Cable Vaults, Standard Duty Cable Vaults, Heavy-Duty Cable Vaults, 15 Standard Duty Pull Boxes, and Heavy-Duty Pull Boxes 16 17 In the first paragraph, the first sentence is revised to read: 18 19 Small, Standard Duty and Heavy-Duty Cable Vaults and Standard Duty and Heavy-Duty 20 Pull Boxes shall be constructed as a concrete box and as a concrete lid. 21 22 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 23 This section's title is revised to read: 24 25 Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes 26 27 The first paragraph is revised to read: 28 29 Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete 30 and have a minimum load rating of 22,500 pounds and be tested in accordance with 31 Section 9-29.2(1)C for concrete Standard Duty Junction Boxes. 32 33 In the second paragraph, the first sentence is revised to read: • 34 35 Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall 36 have a minimum compressive strength of 4,000 psi. 37 38 In the third paragraph,the first sentence is revised to read: 39 40 All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed.in 41 sidewalks, walkways, and shared-use paths shall have slip-resistant surfaces. 42 43 The fourth paragraph (up until the colon) is revised to read: 44 45 Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall 46 conform to the following: 47 48 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 49 This section is supplemented with the following new subsection: 50 i AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 9-29.3(3) Wire Marking Sleeves ' 2 Were marking sleeves shall be full-circle in design, non-adhesive, printable using an 3 indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made 4 from a PVC or polyolefin, and provide permanent identification for wires and cables. 5 I6 9-29.3(2)A4 Location Wire 7 This section is revised to read: 8 9 Location wire shall be steel core copper clad minimum size AWG 14 insulated 10 conductor. The insulation shall be orange High Molecular Weight High Density 11 Polyethylene (HMHDPE). 12 13 9-29.16 Vehicular Signal Heads, Displays, and Housing 14 The last sentence of the last paragraph is revised to read: 15 16 A 1-inch-wide strip of yellow retro-reflective, type IV prismatic sheeting, conforming to 17 the requirements of Section 9-28.12,shall be applied around the perimeter of each I18 backplate with the exception of installations where all sections of the display will be dark 19 as part of normal operation such as ramp meters, hawk signals and tunnels. 20 21 9-31.AP9 22 Section 9-31, Elastomeric Bearing Pads I23 August 4, 2014 24 This section's title is revised to read: 25 26 Elastomeric Pads 27 28 9-31.1 Requirements 29 In the first paragraph,the word "bearing" is deleted from the first sentence. 30 31 In the first sentence of the second paragraph, the word "bearing" is deleted and replaced 32 with "elastomeric". 33 34 In therlast sentence of the second paragraph, the word "Bearing" is deleted and replaced ' 35 with "Elastomeric". 36 37 In the third paragraph, the word "bearing" is deleted and replaced with the word 38 "elastomeric". 39 40 9-32.AP9 41 Section 9-32, Mailbox Support 42 August 4, 2014 ' 43 9-32.7 Type 2 Mailbox Support 44 The first sentence is revised to read: 45 46 Type 2 mailbox supports shall be 2-inch 14-gage steel tube and shall meet the NCHRP 47 350 or the Manual for Assessing Safety Hardware(MASH) crash test criteria. ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6115 1. 1 2 9-34.AP9 3 Section 9-34, Pavement Marking Material 4 January 5, 2015 5 9-34.2 Paint 6 The second paragraph is revised to read: 7 8 Blue and black paint shall comply with the requirements of yellow paint in Section 9- 9 34.2(4) and Section 9-34.2(5), with the exception that blue and black paints do not need 10 to meet the requirements for titanium dioxide,directional reflectance, and contrast ratio. 11 12 9-34.4 Glass Beads for Pavement Marking Materials 13 In the third paragraph, the table titled"Metal Concentration Limits" is revised to read: 1 14 Metal Concentration Limits Element Test Method Max.Parts Per Million(ppm) Arsenic EPA 3052 SW-846 6010C. 10.0 Barium EPA 3052 SW-846 6010C 100.0 Cadmium EPA 3052 SW-846 6010C 1.0 Chromium EPA 3052 SW-846 6010C 5.0 Lead EPA 3052 SW-846 6010C 50.0 Silver EPA 3052 SW-846 6010C 5.0 Mercury EPA 3052 SW-846 7471B 4.0 15 16 17 9-34.5 Temporary Pavement Marking Tape 18 This section is revised to read: 19 20 Biodegradable tape with paper backing is not allowed. 21 22 This section is supplemented with the following new sub-sections: 23 24 9-34.5(1) Temporary Pavement Marking Tape—Short Duration 25 Temporary pavement marking tape for short duration shall conform to ASTM D4592 26 Type II except that black tape, black mask tape and the black portion of the contrast 27 removable tape, shall be non-reflective. 28 29 9-34.5(2) Temporary Pavement Marking Tape—Long Duration 30 Temporary pavement marking tape for long duration shall conform to ASTM D4592 I 31 Type I. Temporary pavement marking tape for long duration, except for black tape, 32 shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m'2*Ix' 33 when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black I 34 mask tape and the black portion of the contrast removable tape,shall be non-reflective. 35 36 9-34.6 Temporary Raised Pavement Markers 37 This section's title is revised to read: 38 39 Temporary Flexible Raised Pavement Markers 40 41 The second paragraph is deleted. AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 416115 1 1 ' 2 9-35.AP9 3 Section 9-35, Temporary Traffic Control Materials ' 4 August 4, 2014 5 9-35.0 General Requirements ' 6 The following item is deleted from the list of temporary traffic control materials: 7 8 Barrier Drums 9 ' 10 The last sentence of the second paragraph is revised to read: 11 12 Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing t 13 Safety Hardware (MASH) will be required as described in Section 1-10.2(3). 14 9-35.2 Construction Signs I15 16 The first sentence is revised to read: 17 18 Construction signs shall conform to the requirements of the MUTCD and shall meet the 1 19 requirements of NCHRP Report 350 for Category 2 devices or MASH. 20 21 9-35.7 Traffic Safety Drums ' 22 The third paragraph is revised to read: 23 24 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or 25 MASH as described in Section 1-10.2(3). 26 27 9-35.8 Barrier Drums 28 This section including title is deleted in its entirety and replaced with the following: ' 29 30 9-35.8 Vacant 31 ' 32 9-35.12 Transportable Attenuator 33 In the first paragraph, the fourth sentence is revised to read: 34 ' 35 The Contractor shall provide certification that the transportable attenuator complies with 36 NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 37 ' 38 9-35.13 Tall Channelizing Devices 39 In the sixth paragraph, the last sentence is revised to read: 40 ' 41 42 The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 43 or MASH as described in Section 1-10.2(3). 45 45 1 ' AMENDMENTS TO THE 2014 STANDARD SPECIFICATIONS BOOK Revised: 4/6/15 I SPECIAL PROVISIONS SPECIAL PROVISIONS SPECIAL PROVISIONS ' The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge and Municipal IConstruction, and the foregoing Amendments to the Standard Specifications. The Standard Specifications, except as they may be modified or superseded by these ' Special Provisions, shall govern all phases of work under this Contract, and they are by. reference made an integral part of these specifications and contract as if herein fully set forth. ' Also incorporated into these specifications by reference are: I Manual on Uniform Traffic Control Devices for Streets and Highways, 2009 (as revised). I Standard Plans for Road, Bridge and Municipal Construction, as prepared by the Washington State. Department of Transportation and the American Public Works Association, current edition. ' National Electrical Code, current edition. King County Road Standards—200Z ' City of Federal Way Public Works Development Standards I These publications are incorporated in this contract by this reference as if set forth herein in full. The Contractor's attention is called to the fact that said publications contain general conditions to this contract as well as construction details. The responsibility of supplying himself with those publications shall rest with the Contractor. Several types of Special Provisions are included in this contract; General, Region, Bridges ' and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (******) Notes a revision to a General Special Provision ' and also notes a Project Specific Special Provision. I (Regionsi date) Region Special Provision (BSP date) Bridges and Structures Special Provision General Special Provisions are similar to Standard Specifications in that they typically ' apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a"fill-in". 1 City of Federal Way 1"Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 1 SPECIAL PROVISIONS Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regionsi '. ER Eastern Region NCR North Central Region NWR Northwest Region ' OR Olympic Region SCR South Central Region SWR Southwest Region , WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that . I they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a Project Specific Special Provisions normally appear only in the contract for which they were developed. ' 1 1 City of Federal Way 1s'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 2 SPECIAL PROVISIONS DIVISION 1 GENERAL REQUIREMENTS ' DESCRIPTION OF WORK This contract provides for the intersection improvements of 1st Avenue S at S 328th ' Street including new asphalt concrete pavement, curb and gutters, sidewalks, drainage improvements, walls, traffic signal, illumination, landscaping improvements, and other work, all in accordance with the attached Contract Plans, these Special Provisions, and the 2014 Standard Specifications. The award will be subject to the requirements of Section 1-03. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (March 8, 2013 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. ' City of Federal Way°f Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 3 SPECIAL PROVISIONS Completion Date The day all the Work specified in the Contract is completed and all the obligations of I 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 "State', "Department of Transportation', "Washington State Transportation Commission', "Commission; "Secretary of Transportation', "Secretary's "Headquarters", and"State Treasurer"shall be revised to read"Contracting Agency". I 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 final payment form established by the Contracting Agency. , The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. 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 forms) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. City of Federal Way 1m Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 4 , 1 SPECIAL PROVISIONS Contract Documents 1 See definition for"Contract" Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic ' Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. ' 1-02 BID PROCEDURES AND CONDITIONS ' 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 will 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: City of Federal Way 1't Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 5 1 SPECIAL PROVISIONS To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11"x 17") 6 Furnished automatically 1 upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22"x 2 Furnished only upon 34") 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 of Work Section 1-02.4, is supplemented with the following: (******) In reference to this section, the soils information used for study and design of this project is included in Appendix E (Geotechnical Boring Logs). ' 1-02.4(1) General Section 1-02.4(1) is supplemented with the following: (January 5, 2015 WSDOT GSP) I The Contracting Agency has included a partially filled in Washington State Department of Ecology (Ecology) Transfer of Coverage (Ecology form ECY 020-87a) for the Construction Stormwater General Permit (CSWGP) as part of the Bid Documents. As a condition of Section 1-03.3, Execution of Contract, the Contractor is required to complete sections I, III, and VIII of the Transfer of Coverage and return the form to the Contracting Agency. I The Contracting Agency is responsible for compliance with the CSWGP until the end of day that the contract is executed. Beginning on the day after the Contract is executed I the Contractor shalt assume complete legal responsibility for compliance with the CSWGP and full implementation of all conditions of the CSWGP as they apply to the contract Work. ' 1-02.5 Proposal Forms (June 27, 2011 APWA GSP) ' Delete this section and replace it with the following: The Proposal project and its location and describe the work. It will � Form will identify the p also list estimated quantities, units of measurement, the items of work, and the City of Federal Way 1at Avenue S&S Wen Street Special Provisions Intersection Improvements May 2015 111 Page 6 SPECIAL PROVISIONS • 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 D/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 the proposal forms with e Con a ng Agency reserves the right to arrange th p p alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) ' Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. ' 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. ' Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any ' manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1 City of Federal Way 15`Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 7 1 SPECIAL PROVISIONS 1-02.7 Bid Deposit (March 8, 2013 APWA GSP) I 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 represent 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; I 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. 111 1-02.9 Delivery of Proposal I (******) Delete this section and replace it with the following: I Each proposal shall be submitted in a sealed envelope, with the Project Name and I Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. I The Contracting.Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. I 1-02.12 Public Opening Of Proposal Section 1-02.12 is supplemented with the following: 1 (******) Date of Opening Bids I Sealed bids are to be received at one of the following locations prior to the time Specified: I City of Federal Way 1 1th Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 8 1 SPECIAL PROVISIONS 1. In the City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal Way, WA 98063, until 11:00 A.M. of the bid opening date. Bids delivered in Iperson will be received only in the Bid Room on the bid opening date. The bid opening date for this project is Monday.June 15. 2015. Bids received will be Ipublicly opened and read after 11:10 A. M. on this date. 1-02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1) A proposal will be considered irregular and will be rejected if: a) The Bidder is not prequalified when so required; b) The authorized proposal form furnished by the Contracting Agency is not used or is altered; c) The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d) The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e) A price per unit cannot be determined from the Bid Proposal; f) The Proposal form is not properly executed; g) The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h) The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; i) The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1- 02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j) The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k) The Bid Proposal does not constitute a definite and unqualified offer to meet the • material terms of the Bid invitation; or I) More than one proposal is submitted for the same project from a Bidder'under the same or different names. 1-02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this Section and replace it with the following: City of Federal Way 1at Avenue S&S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 9 1 SPECIAL PROVISIONS 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 the following Supplemental Criteria: I 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State q 9 Department of Revenue without a payment plan approved by the Department of Revenue. ' B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: I http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. (Federal Debarment ' A Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. ' B. Documentation: The Bidder shall not be listed as having an"active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also indude 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. Prevailine Wages ' A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers City of Federal Way 1 Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 10 ' SPECIAL PROVISIONS prevailing wages, 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 all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainaae 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. A en 9 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. 6. Public Biddina 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 Agency)en that a statement (on a form to be provided by the Contracting g cy) t the Bidder and/or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years City of Federal Way 15t Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 11 1 SPECIAL PROVISIONS prior to the bid submittal date, unless there are extenuating circumstances P � 9 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 1 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. 8. Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against I 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 I 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 I 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 mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders 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 all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. 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 (but is not required to) 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 pa ) 9 () operational data from the Bidder; (ii) information obtained directly by the Contracting City of Federal Way let Avenue S&S 328"'Street Special Provisions Intersection Improvements May 2015 Page 12 ' SPECIAL PROVISIONS agencies from others for whom the Bidder has worked, o r other public g entries 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. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require'one or more of these items or actions of the apparent lowest responsible bidder: ' 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, I 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, ' 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. City of Federal Way 182 Avenue S&S 328.Street Special Provisions Intersection Improvements May 2015 Page 13 SPECIAL PROVISIONS 1 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of Bids , (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for any item and the bidder's s unit or lump sum price is less than the minimum specified amount the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and/or alternates as selected by the Contracting Agency. will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract 1 Delete this section and replace it with the following: (******) Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the ' signed Contracting Agency-prepared public works contract, contractor's retainage agreement, notice to labor unions or other employment organizations non- discrimination in employment, certificate of insurance, performance/payment bond, business license, and contractor's registration. 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 I 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. • City of Federal Way ' 1h'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 14 1 SPECIAL PROVISIONS Section 1-03.3 is supplemented with the following: ' (January 5, 2015 WSDOT GSP) The Contract will not be executed until the Contractor completes sections I, III, and VIII of the Transfer of Coverage for the Construction Stormwater General Permit and returns the form to the Contracting Agency. 1-03.4 Contract Bond • (December 2 4 GSP) 8, 01 APWA G ) ' Revise the first paragraph to read: 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: I 1. Be on Contracting Agency-furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: ' a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or ' 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 Ipresident or vice president). 1 ' City of Federal Way 1'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 15 1 SPECIAL PROVISIONS 1-03.5 Failure to Execute Contract Section 1-03.5 is supplemented with the following: ' (January 5, 2015 WSDOT GSP) Failure to return the completed Transfer of Coverage for the Construction Stormwater General Permit to the Contracting Agency shall result in forfeiture of the proposal bond or deposit of this Bidder. 1-04 SCOPE OF THE WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: 1 (******). 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. Addenda, 2. Contract 3. Proposal Form, 4. Special Provisions, including APWA General Special Provisions, if they are included, 5. Contract Plans, 6. Amendments to the Standard Specifications, 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction, 8. Contracting Agency's Standard Plans Of any), and 9. WSDOT/APWA Standard Plans for Road, Bridge, and Municipal Construction. Add the following new section: , 1-04.4(2) Unexpected Site Changes (******) Unanticipated site Work, as ordered by the Engineer, shall consist of Work not otherwise provided for in the Contract and paid in accordance with Section 1-09.6. Such Work may include: 1. Design changes to address field conflicts or adjustments needed to complete I the Work; 2. Miscellaneous Work, directed by the Contracting Agency, not covered in the I Contract and not exceeding $15,000 per change; 3. Removal of unexpected Structures or obstructions. City of Federal Way ' 1°1 Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 16 ' I'I SPECIAL PROVISIONS Measurement ' No specific unit of measurement will apply to the force account item"Unexpected Site Changes': ' Payment "Unexpected Site Changes", by force account as provided in Section 1-09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. ' 1-04.6 Variation in Estimated Quantities ' (May 25, 2006 APWA GSP, Option A) Delete the first paragraph, and replace it with the following: Payment to the Contractor will be made only for the actual quantities of work ' performed and accepted in conformance with the contract. When the accepted quantity of work performed under a unit item varies from the original proposal quantity, payment will be at the unit contract price for all work unless the total accepted quantity ' of any contract item, adjusted to exclude added or deleted amounts included in change. orders accepted by both parties, increases or decreases by more than 25 percent from the original proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than $25,000. In that case, payment for contract work may be adjusted as described herein: 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviations from Plans and Stakes ' Section 1-05.4 is supplemented with the following: ' (******) Contractor Surveying - Structure Copies of the.Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. ' The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. ' Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record ' shall be provided to the Engineer within three working days after the end of the shift. City of Federal Way 1"Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 ' Page 17 1 SPECIAL PROVISIONS The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American ' Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: , 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as I well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. ' 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. , 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column I plumbness during concrete placement. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 11.Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. Establish grout pad locations and elevations. 12. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. Establish box girder bottom slab grades and locations. ' 13. Establish girder and/or web wall profiles and locations. 14. Establish diaphragm locations and centerline of bearing. ' 15. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. Establish traffic barrier and curb profile. 16. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. ' City Federal Way 1't Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 18 ' SPECIAL PROVISIONS The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. 1. To facilitate the establishment of these lines and elevations, the Contracting ' Agency will provide the Contractor with the following primary survey and control information: Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point ' of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one-tenth points ' along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. ' The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor Ishall ensure a surveying accuracy within the following tolerances: Vertical • Horizontal ' 1. Stationing on structures ±0.02 feet 2. Alignment on structures ±0.02 feet 3. Superstructure elevations ±0.01 feet variation from plan elevation ' 4. Substructure ±0.02 feet variation from Plan grades. ' The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. I When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: 1 Piles Shafts ' Footings Columns ' City of Federal Way m 1 Avenue S&S 328 Street Special Provisions Intersection Improvements May 2015 ' Page 19 1 SPECIAL PROVISIONS The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Structure Surveying shall be measured and paid under 1 the item"Construction Surveying"per 1-05.4 herein. Contractor Surveying - Roadway ' Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. ' The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, ' drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required I for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work ' performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record 111 shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs•as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. ' 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and PIs) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be City of Federal Way 1s1 Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 20 ' SPECIAL PROVISIONS 5 feet beyond the toe of,a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. ' 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If ' Global Positioning Satellite (GPS) Machine Controls are used to provide grade control,then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of i subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent ' sections, 25 feet in curve sections with a radius less than 300 feet, and at 10- foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is ' not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. ' 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, ' guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10.The Contractor shall collect additional topographic survey data as needed in ' order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown ' in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the ' beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and ' staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will ' provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three I miles of project length. Primary control points will be described by reference to the City of Federal Way 1'Avenue S&S 328"'Street Special Provisions Intersection Improvements May 2015 Page 21 1 SPECIAL PROVISIONS project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the • beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor shall ensure a surveying accuracy within the following tolerances: ' Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet 1 (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) 1 The Contracting Agency may spot-check the Contractor's surveying. These spot-checks will not change the requirements for normal checking by the Contractor. ' When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked ' are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency I will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. ' Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10-00. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Primary survey control data provided by the Contracting Agency is indicated on the I Plans. All costs associated with Structure Surveying shall be measured and paid under the item"Construction Surveying"per 1-05.4 herein. City of Federal Way 1'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 22 1 SPECIAL PROVISIONS Construction Surveying ' Major items of work shall be defined to include the following items: Manholes Catch Basins and Inlets ' Valves Vertical and Horizontal Bends Junction Boxes Cleanouts ' Side Sewers Illumination Systems Hydrants Major Changes in Design Grade(s) Vaults Culverts Curb, Gutter and Sidewalk Signal Systems and Equipment Retaining Walls Curb lines and sidewalks Irrigation Sleeves under Roadways After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the City the hard cover field book(s) containing the construction staking and as-built notes, and one set of white prints of the construction drawings upon which ' he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as-built location of the new work as recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. The Contractor shall be responsible for reestablishing or locating legal survey markers ' such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right-of-way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide"rights of entry"as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right-of-way lines as ' designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in ' accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate ' information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and/or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. ' Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. City of Federal Way 1s'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 23 1 SPECIAL PROVISIONS 1 The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. 1 All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, sig nin g, and temporary ry tra is control devices in order to provide a safe work zone. The Contract or shall shall provide all surveying and staking necessary ry to calculate the "Roadway Excavation Including Haul"quantities. As-Built Survey and Record Drawings rvey ng After construction has been completed the Contractor shall perform an as-built survey 1 and provide the information in (1) full-size paper copy and AutoCAD 2011 or later version file to the Engineer. This as-built survey shall consist of the following: Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, 1 standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50-foot max. intervals, and retaining wall footing drains, including cleanouts. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. • Final curb elevations, with a minimum of 5 shots at each curb return. Also, I final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract(at flowline of the curbs). • Final elevations at the front and back of walk throughout the project limits. • Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. Throughout construction, the Contractor shall keep a set of redline drawings that record as-built information at the project site. This set of drawings shall be provided to the Engineer at the end of the project. This record drawing information shall, at a minimum, consist of the following: City of Federal Way 1°Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 24 SPECIAL PROVISIONS •= All changes to the Contract Plans. • Pothole information gathered by the Contractor. • Actual location of utility trenches, including depth to top of conduits at a minimum of 100'spacing. • Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when included in the proposal: "Construction Sun/eying", lump sum. ' The lump sum contract price for "Construction Surveying" shall be full pay for all labor equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, structure surveying, roadway surveying and coordination efforts. ' "As-Built Survey and Record Drawings", lump sum. The lump sum contract price for "As-Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. r1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: :9 ' 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 City of Federal Way 1"Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 25 SPECIAL PROVISIONS to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's • rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) ' 1-05.11(1)Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is 1 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 therefor. Upon receipt of written notice concurring in or denying substantial completion, I 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. City of Federal Way �Y Y 1st Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 26 SPECIAL PROVISIONS The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2)Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a ' final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed ' deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in ' the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the ' contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. I1-05.11(3)Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable ' for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested ' under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the • Contractor shall correct any items of workmanship, materials, or equipment which prove faulty,.or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine ' their suitability for the purpose for which they were installed. The Physical Completion City of Federal Way 1m Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 ' Page 27 SPECIAL PROVISIONS 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. ' 1-05.13 Superintendents, Labor and Equipment of Contractor 14, 2013 APWA GSP) (August ) Delete the sixth and seventh paragraphs of this section. 1 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented with the following: (March 13, 1995 WSDOT GSP) Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: 1. Puget Sound Energy — Intolight luminaire facility relocations and adjustments. Add the following new Sections: 1-05.14(A)Notifications Relative to Contractor's Activities (******) 1 Notification shall be written, with a copy delivered to the Engineer within a minimum of ten (10) working days prior to the commencement of work, including any work impacting utilities, and must be in such detail as to give the time of the commencement 1 and completion of work, names of streets to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the agencies listed in Section 1-07.17 of the name(s) of the construction superintendent in responsible charge or I other individuals having full authority to execute the orders or direction of the Engineer, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. I- 1-05.14(B) Coordination of Work with City ' (******) City of Federal Way ' 1'a Avenue S&S 32e Street Special Provisions Intersection Improvements May 2015 Page 28 1 SPECIAL PROVISIONS At least a three (3) working day written notification shall be required on all requests for engineering services other than inspection. All requests shall be coordinated with the Engineer. All costs resulting from delays in which requests were not coordinated with the ' Engineer shall be the sole responsibility of the Contractor. 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) ' Revise the second ara ra h to read: P 9 P All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be. furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will 1 not comply with the requirements of the Contract. Add the following new Sections: 1 1-05.16 Water and Power ' (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or ' modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently ' put in writing and signed by the Contracting Agency. 1-05.18 Contractor's Daily Diary (******) 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. This diary will be created by pen and ink entries in a hardbound diary book of the type that is commonly available by the commercial outlets. ' City of Federal Way 1s'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 ' Page 29 SPECIAL PROVISIONS The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: • The day and date. • The weather conditions, including changes throughout the day. • A complete description of work accomplished during the day with adequate I references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, I 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. All pages of the diary must be numbered consecutively with no omissions in page I numbers. The Contractor shall utilize additional sheets separate from the diary book, if necessary, ' to provide a complete diary record. However, the Owner's senior representative must sign separate sheets on each day and a copy furnished at the time of signing to the Owner. 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. I 9 P 9 Y p �J IT IS EXPRESSLY AGREED BETWEEN THE CONTRACTOR AND THE OWNER THAT THE I 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 ' C ONTRACTOR TO MAINTAIN THIS DIARY IN THE MANNER DESCRIBED ABOVE WILL CONSTITUTE A WAIVER OF ANY SUCH CLAIMS OR DISPUTES BY THE CONTRACTOR. City of Federal Way 1°'Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 30 ' SPECIAL PROVISIONS 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. All costs associated with Contractor's Daily Diary shall be included in the related item of work and no additional payment will be made. 1-05.19 Defects Arising in One Year and Remedies (******) The Contractor shall be responsible for correcting all defects in workmanship and • material 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. 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, I where damage may result from delay or where loss of services may result, such corrections may be made by the Owner, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time ' specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. These actions will be pursuant to the provisions of Section 1-05.8 of the Standard Specifications. The Contractor shall be liable for any costs, losses, expenses, or damages, including consequential damages suffered by the Owner resulting from defects in the Contractor's I 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. I 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 I 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. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed ' (October 1, 2005 APWA GSP) Supplement this section with the following: ' In cases of conflict between different safety regulations, the more stringent regulation ty eg 9 shall apply. ' City of Federal Way 1st Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 ' Page 31 1 SPECIAL PROVISIONS 1 The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the ' project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who I 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 3, 2006 WSDOT GSP) Confined Space Confined spaces are known to exist at the following locations: ***Existing storm drainage, sanitary sewer, and other utility systems, vaults, and I 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 1 confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at feast 30 days prior to the contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project 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 I bid prices for the various items associated with the confined space work. City of Federal Way ' 1't Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 32 SPECIAL PROVISIONS I 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: I 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) ' The Washington State Department of Revenue has issued special ecial rules on the State 9t P P sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The • Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. • The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond ' if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(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 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 ' Cray of Federal Way 1st Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 ,. Page 33 1 SPECIAL PROVISIONS 1 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. I. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. ' Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services ' The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.5 Environmental Regulations ' 1-07.5(3) State Department of Ecology 1 Section 1-07.5(3) is supplemented with the following: (January 5, 2015 WSDOT GSP) ' 9. Once Physical Completion has been given the Contractor shall prepare a Notice of Termination (Ecology form ECY 020-87). The Contractor shall submit the Notice of Termination electronically to the Engineer in a PDF format a minimum of 7 calendar ' days prior to submitting the Notice of Termination to Ecology. The Contractor shall submit copies of all correspondence with Ecology electronically to the ' Engineer in a PDF format within four calendar days. 1-07.6 Permits and Licenses ' Section 1-07.6 is supplemented with the following: (January 5, 2015 WSDOT GSP) ' The Contracting Agency has obtained the below-listed permit(s) for this project.A copy of the permit(s) is attached as an appendix for informational purposes. Copies of these to onsite at all times. Contact with the permitting agencies, permits are required o be P eq pe 9 � concerning the below-listed permit(s), shall be made through the Engineer with the exception of the Construction Stormwater General Permit where direct communication I with the Ecology is allowed. The Contractor shall be responsible for obtaining Ecology's approval for any Work requiring additional approvals (e.g. Request for Chemical Treatment Form). The Contractor shall obtain additional permits as necessary. All costs City of Federal Way 1x Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 34 SPECIAL PROVISIONS to obtain and comply with additional permits shall be included in the applicable Bid items for the Work involved. *** Construction Stormwater General Permit *** ' (******) Survey Monuments In acnce with RCW 58.24. (8 , no cadastral or geodetic survey monument may ' be disturbed corda without a valid permit 040 to)remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360) 902-1194. The permit application must be stamped by a registered Washington State Land Surveyor. 1-07.7 Load Limits ' Section 1-07.7 is supplemented with the following: :9 (March 13, 1995 WSDOT GSP) If the source of materials provided by the Contractor necessitates 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. 1-07.13(4) Repair of Damage ISection 1-07.13(4) is revised to read: (August 6, 2001 WSDOT GSP) ' The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1-07.13(1), 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. ' 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: ' (******) Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. Removal of the existing underground systems cannot take place until PSE, Comcast, AT&T and/or Centuryl nk have completed the installation of the new conduit, wiring, I energized the system, and all service conversions are complete. The Contractor shall schedule his operations such that work impacted by the location of existing systems is not on the critical path. Costs to shore, relocate or remove existing utility equipment to City of Federal Way 1st Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 • Page 35 SPECIAL PROVISIONS facilitate the Contractors operations shall be incidental to and included in the other items of the contract. , ih in The Contractor shall coordinate. work with Intolight/PSE a minimum of 30 days Ys advance of removal of the existing PSE owned street lighting system. The Contractor shall include removal of existing street lighting in their base line schedule for approval I by the Project Engineer. Street Ughting pole removal shall be completed in phases to ensure at least half of the roadway is lit through the duration of the project. Complete disconnection of the existing street lighting system shall be pre-approved by the Project Engineer. Section 1-07.17 is supplemented with the following: , (April 2, 2007 WSDOT GSP) Locations and dimensions shown in the Plans for existing facilities are in accordance 1 with available information obtained without uncovering, measuring, or other verification. The following addresses and telephone numbers of utility companies known or I 9 d p h+ p suspected of having facilities within the project limits are supplied for the Contractors convenience: , City of Federal Way Comcast Police Department Attn: Jerry Steele 33325 8th Ave S 410 Valley Ave NW, Suite 12- Federal Way, WA 98003 Bldg C Telephone: 253.835.6701 Puyallup, WA 98371 (to schedule officer traffic control support) Telephone: 253.288.7352 Telephone: 253.835.6767 (for traffic/road closure issues) Puget Sound Energy 9Y Gas( South King Fire& Rescue Power) 31617 1 st Ave S Attn: Anita Yurovchack Federal Way, WA 98003 3130 S 38th St Telephone: 253.946.7253 Tacoma, WA 98409 Telephone: 253.476.6304 King County METRO Transit Century Link 81270 6th Avenue South, Bldg 2 Attn: Nevie Jake M9S:QS 23315 66th Ave S Seattle,WA 98134 Kent, WA 98032 Telephone: 206.684.2785 Telephone: 425.761.0471 City of Federal Way School District Lakehaven Utility District ' Transportation Department Attn: Wes Hill Attn: Cindy Wendland, Director 31627 1st Avenue S 1211 S 332nd St PO Box 4249 Federal Way, WA 98003 Federal Way,WA 98003 253.945.5965 Telephone: 2563.946.5440 City of Federal Way 1"Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 I Page 36 SPECIAL PROVISIONS King County Traffic Operations Attn: Mark Parrett 155 Monroe Avenue NE Renton, WA 98056 Telephone: 206.296.8153 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 (******) 1-07.18(1) General Requirements e1 uirements A. The Contractor shall obtain the insurance described in this section from insurers ' approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of ' Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. 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 Final Completion 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 insurance policies shall contain a"cross liability"provision. E. The Contractor's and all subcontractors'insurance coverage shall be primary and non-contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. ICity of Federal Way 1 si Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 ' Page 37 1 SPECIAL PROVISIONS F. Coverage may not be terminated or reduced in limits except after thirty (30) days prior to written notice by certified mail, return receipt requested, to the city. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. I. 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. 1 J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the 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. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency 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. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. ' 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits , The minimum insurance coverages and limits shall be provided as outlined in Section 9 I of the Public Works Contract for the project. 1 Federal Way F l I City of 15'Avenue S&S 328'Street Special Provisions Intersection Improvements May 2015 Page 38 r SPECIAL PROVISIONS 1 1-07.23 Public Convenience and Safety ' 1-07.23(1) Construction under Traffic Revise the second paragraph to read: 1 (******) To disrupt public traffic as lithe as possible, the Contractor shall permit traffic to pass ' through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and oaths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the ' Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also ' maintain roads, streets, sidewalks, and oaths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at ' the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede r traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route ' maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, r subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. ' 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. ' 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the ' Contractor's operations. Section 1-07.23(1) is supplemented with the following: ' (******) Pedestrian Access The Contractor shall keep all pedestrian routes and access points (including 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. r ' City of Federal Way 1'Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 39 1 SPECIAL PROVISIONS (February 14, 2005 NWR GSP) Signs and Traffic Control Devices 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. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be III illuminated using a minimum 150-watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or t shielded from, residences and oncoming traffic. (March 6,2000 NWR GSP) Traffic Blockage for Mast Arm Erection During erection of mast arm assemblies, the Contractor may, with the authorization of the Engineer, block all traffic for maximum durations of five minutes between the hours of 8:00 PM and 5:00 AM. These five-minute blockages shall be separated by an interval long enough to allow the delayed vehicles to clear. (March 7, 2005 NWR GSP) ' Signal Turn-On Signal turn-on for new or rebuilt control equipment will be permitted Monday through Thursday, between 8:00 PM and 5:00 AM the same day. (March 7, 2005 NWR GSP) During signal turn-on, the Contracting Agency will provide City of Federal Way police officer(s) to manually, control intersections. (March 6, 2000 NWR GSP) ' Closure Restrictions The traffic closures listed above will not be allowed during the following time periods: Holidays - from noon the day prior to a holiday or holiday weekend through noon the day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. Section 1-07.23(1) is supplemented with the following: (January 2, 2012 WSDOT GSP) ' Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's , operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of City of Federal Way 15`Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 40 SPECIAL PROVISIONS temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction ' vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be Ipermitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Distance Frog I Posted Speed rav ed (feet) 35 mph or less 10 * 40 mph ' 45 to 55 mph 15 20 60 mph or greater 30 I * or 2-feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance 1-07.23(2) Construction and Maintenance of Detours I Revise the first ara ra h to read: P 9 p ' (******� Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to Itraffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the ' roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1 City of Federal Way 1'Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 41 1 SPECIAL PROVISIONS 1-07.24 Rights Of Way Section 1-07.24 is supplemented with the following: ' (******) 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 I 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 I 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. Add the following new Section: ' 1-07.28 Communication with Businesses and Property Owners (******) 1 The Contractor will be responsible for communicating all work activities with the property owners. The Contractor, along with the City's inspector, shall have one formal meeting with the managers of the business corridor. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the businesses informed of their general work , locations and activities for the upcoming two (2) months by distributing a monthly status/schedule memo to the businesses. The memo shall be approved by the Engineer prior to distribution. Payment for said meetings and communication shall be considered incidental to the unit contract price paid for Mobilization and no additional payment will be made. 1-08 Prosecution and Progress Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) City of Federal Way ' 1"Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 42 SPECIAL PROVISIONS Add the following new section: ' 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.; I 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 conference the following: 1. A breakdown of all lum p sum items; , 2. A preliminary schedule of working drawing submittals; and ' 3. A list of material sources for approval if applicable. Add the following new section: ' 1-08.0(2) Hours of Work (December 8, 2014 APWA GSP) 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). I 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 on the working day prior to the day(s) the Contractor is requesting to change the hours. City of Federal Way 328th 1 Avenue S&S 328 Street Special Provisions Intersection Improvements May 2015 Page 43 • • 1 SPECIAL PROVISIONS 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 1-08.1 Subcontracting (December 8, 2014 APWA GSP) Revise the eighth paragraph to read: On all projects funded with federal assistance the Contractor shall submit "Quarterly I Report of Amounts Credited as DBE Participation" (form 422-102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. 1-08.1(1) Subcontract Completion and Return of Retainage Withheld Section 1-08.1(1) is revised to read: (August 4, 2014 WSDOT GSP) The following procedures shall apply to all subcontracts entered into as a part of this Contract: ' Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein. City of Federal Way 1a1 Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 44 SPECIAL PROVISIONS 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed ' when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements ' may result in one or more of the following: Y 9 a. Withholding of payments until the Prime Contractor or Subcontractor complies ' b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation 1 c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontract or by law under applicable ' prompt pay statutes. Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1-08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third-party beneficiary to the Contract between ' the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. 1-08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: • The Contractor shall submit ***3*** copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal • time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. City of Federal Way 1s`Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 Page 45 1 SPECIAL.PROVISIONS 1 Section 1-08.3(2)A is supplemented with the following: pp 9 (******) 1 The Contractor shall include removal of existing street lighting system in the Type A Progress Schedule, as described in Section 1-07.17 of these Special Provisions. 4 of Work 1-08.4 Prosecution o W Delete this section in its entirety, and replace it with the following: 1 1-08.4 Notice to Proceed and Prosecution of the Work (lune 27, 2011 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 I 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. po tY p ( ) P 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 I Contract. 1-08.5 Time for Completion Section 1-08.5 is supplemented with the following: (******) 1 This project shall be physically completed within [100] working days. The working days includes time to accomplish all force account work in the bid schedules. (August 14, 2013 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 City of Federal Way 15'Avenue S&S 328 th Street Special Provisions Intersection Improvements May 2015 Page 46 ' SPECIAL PROVISIONS week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the ' physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the ' date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10. Ishift 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. IRevise 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. Quarterly 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. Property owner releases per Section 1-07.24 Item number 2. of the sixth paragraph of Section 1-08.5 is supplemented with the following: .n (Ja uary 5, 2015 WSDOT GSP) 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 ogY ( 9Y), Ps Y P of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. ogY� rejection Y ogY• This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-7 01.3(16) 1-08.6 Suspension of Work I Section 1-08.6 is supplemented with the following: I (******) City of Federal Way 1'Avenue S&S 328'h Street Special Provisions Intersection Improvements May 2015 Page 47 SPECIAL PROVISIONS Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall, within 14 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. 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 indicated that 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 14 calendar days, then the contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: *** • Traffic Signal Poles • Traffic Signal Controller Cabinets and Equipment • Luminaire Poles ' *** Procurement Suspension shall be a maximum of 50 calendar days, unless otherwise I approved by the Engineer. Charging of contract time will resume upon the delivery of the critical materials to the Contractor. 1-08.7 Maintenance During Suspension (******) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the ' construction area a safe, smooth, and unobstructed roadway, sidewalk. and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: ' When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the 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, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed related costs assignable to the project until the engineering and r ate on the basis of direct 9 p J of Federal Way City o ede 15`Avenue S&S 328"'Street Special Provisions Intersection Improvements May 2015 Page 48 ' SPECIAL PROVISIONS 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. ' 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account ' (October 10, 2008 APWA GSP) ISupplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for ' all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented with the following: ' (******) Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made for this item. The Contractor will provide City with copy(s) of agreement(s). Payment is made under the following bid item: ' "Mobilization"per lump sum. The lump sum bid price for 'Mobilization" shall include, but not limited to, the following ' items: the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor's office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the • ' Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. 1 ' City of Federal Way 1g Avenue S&S 328"'Street Special Provisions Intersection Improvements May 2015 Page 49 SPECIAL PROVISIONS 1-09.8 Payment for Material on Hand The last paragraph of Section 1-09.8 is revised to read: ' (August 3, 2009 WSDOT GSP) The Contracting Agency will not pay for material on hand when the invoice cost is less than $2,000. As materials are used in the work, credits equaling the partial payments for them will be taken on future estimates. Each month, no later than the estimate due date, the Contractor shall submit a letter to the Project Engineer that clearly states: 1) the amount originally paid on the invoice (or other record of production cost) for the items on hand, 2) the dollar amount of the material incorporated into each of the • various work items for the month, and 3) the amount that should be retained in material on hand items. If work is performed on the items and the Contractor does not submit a letter, all of the previous material on hand payment will be deducted on the estimate. Partial payment for materials on hand shall not constitute acceptance. Any • material will be rejected if found to be faulty even if partial payment for it has been made. 1-09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the , pY P 9 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 I 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. I The progress estimates are subject to change at any time prior to the calculation of the final payment. II The value of the progress estimate will be the sum of the following: City of Federal Way 1th Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 50 ' SPECIAL PROVISIONS 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. ' 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. ' 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. ' Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be ' final in accordance with Section 1-05.1. 1-09.13 Claims Resolution 1-09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: ' The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration I (October 1, 2005 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 are located. 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. ' City of Federal Way 1"Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 51 SPECIAL PROVISIONS 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: (******) The Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of ten (10) working days prior to implementation. These plans , shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning I radius for vehicles. • Minimum lane widths provided for vehicular travel • Turn pocket length, gap, and tapers in conformance with the City of Federal ' Way Standard Detail DWG 3-19A, and WSDOT standard plans. The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. 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 I damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. I Business Access Signs - The Contractor shall provide Business Access Signs per the detail in the Plans. City of Federal Way Project Signs ' City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs per the detail in the Plans. ' 1-10.2 Traffic Control Management Section 1-10.2(1) is supplemented with the following: ' (December 1, 2008 WSDOT GSP) Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the 1 State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 9 27055 Ohio Ave. City of Federal Way 1 Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 52 ' 1 SPECIAL PROVISIONS Kingston, WA 98346 (360) 297-3035 ' Evergreen Safety Council rg ty 401 Pontius Ave. N. ' Seattle, WA 98109 1-800-521-0778 or (206) 382-4090 ' The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 ' 1-10.2(2) Traffic Control Plans ' Section 1-10.2(2) is supplemented with the following: (******) ' The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Contractor shall maintain continuous two-way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two-way ' traffic to allow one-way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of ' time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. ' 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets,sidewalks and driveways. 3. All driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per parcel shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a business has only one driveway, then that driveway must be constructed one-half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Property owners shall be notified in writing at least 48 hours in advance of any planned driveway closures. 4. Signs and barricades shall be supplemented by Type C steady bum lights to delineate edge of roadway during the hours of darkness. City of Federal Way 15(Avenue S&S 328`"Street Special Provisions Intersection Improvements May 2015 ' Page 53 1 SPECIAL PROVISIONS 5. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved will be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 6. Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 7. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. 8. 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 I be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can I prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. See Section 1-07.23(1) for additional driveway closure requirements. 9. The Contractor shall provide traffic cones, barricades and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. 10.Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and/or retroreflective tubular markers as required at the direction of the Engineer. q 9 Paint, reflective marking tape, and/or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8-23 of these Special Provisions. 11.The Contractor provided Traffic Control Plans shall lay out traffic control Ir device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. 1 City of Federal Way �Y Y 1 a Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 Page 54 SPECIAL PROVISIONS Special Conditions ' 1s Avenue S Traffic Requirements • Only one lane of traffic (northbound or southbound) may be closed to traffic ' between the hours of 7:00am and 3:30pm. • Approval to close both one northbound and one southbound lane at the same time will require prior approval by the Project Engineer. • Left turns may be restricted (by the Contractor) within the project area at the discretion of the Project Engineer. ' S 328th Street Requirements • One lane of traffic shall remain open in each direction at all times. ' Traffic Requirements within entire Project Limits • A minimum of one access to each property will remain open at all times • The existing lighting system shall remain operational until the new system is ' functioning. The Engineer may approve partial interruptions required because of staging. • No more than one shift may be worked per day without approval of the ' Engineer. • The Contractor shall maintain at least one continuous ADA accessible pedestrian walkway throughout the project at all times. All costs associated with the Contractor designing, submitting and obtaining approval for the Traffic Control Plans shall be considered included in the lump sum"Mobilization': 1-10.3 Traffic Control Labor, Procedures and Devices 1 1-10.3(1) Traffic Control Labor Section 1-10.3(1) is supplemented with the following: (******) Off Duty Uniformed Police Officer ' The City shall reimburse the Contractor for the use of off duty uniformed police officers at the invoiced cost with no mark-up per Standard Specifications 1-09.6 Force Account. The Contractor shall request uniformed off-duty police officers from the City of Federal Way Police Department, (253) 835-6701. The request shall be made forty-eight (48) hours before the use of the off-duty police officers on the project site. A minimum of three (3) hours call out time shall be paid for each request for off-duty police officers. It shall be the Contractors responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. No reimbursement of any portion of the minimum callout will be allowed where Contractor made schedule revisions occur after an off duty officer has been procured. No ' City of Federal Way 1'Avenue S&S 328th Street Special Provisions Intersection Improvements . May 2015 ' Page 55 1 SPECIAL PROVISIONS reimbursement of any portion of the minimum callout will be allowed where Contractor- made schedule revisions occur after an Off-Duty Police Officer has been procured.. Off-Duty Uniformed Police Officer will be required only when the signal system is in flashing mode or is not operational or otherwise approved by the Project Engineer. The last sentence of the second paragraph of Section 1-10.3(1) is revised to read: The Contractor shall furnish the flashing stop/slow paddles for the flagging stations. 1 The use of conventional flagging paddles will only be allowed in the case of an emergency, or temporary use while a failed FSSP is replaced or repaired. 1-10.3(3) Traffic Control Devices Delete this Section and replace it with the following: 1 (******) All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non- applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. 1 All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9-28. All new orange background signs and all W20-7a "Flagger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non-fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are those 1 signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi-permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. City of Federal Way 1 Avenue S&S 32fr Street Special Provisions Intersection Improvements May 2015 Page 56 1 SPECIAL PROVISIONS 1 If it is necessary to add weight to signs for stability, only a bag of sand that will rupture Ion impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. ISigns, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be Ireplaced by the Contractor without additional compensation. Traffic Safety Drums used to delineate driveways and access locations to private Iproperties within the work zone shall be yellow in color. The following devices are deemed compliant with the crashworthiness requirements of INCHRP 350 and are approved for use on the project: Approved Category II Devices IType I &II Barricades • IManufacturer Model Number WLI Industries Safety Cade Type II I Bent Manufacturing Unicade Bent Manufacturing Waffle Barricade Bent Manufacturing Type II Plywood or Plastic Panel I Eastern Metal Plasticade Products Type I &II Barricades Fibercade Type II Plasticade Products Plasticade Type II Dicke Tool Company Type I Plastic Barricade I TrafFix Devices, Inc. Plastic Folding Type I Barricade The Roadmaker Company Type II Plastic Barricade Three D Traffic Works, Inc. TD2000 Works Barricade IProtection Services, Inc. Type I &II Barricades Flex-O-Lite Type I Barricade United Rentals Highways Type I &II Barricades IBureau of Highway Safety Penn. Type III Barricade The Cortina Companies Type I Plastic Barricades IType Iii Barricades Manufacturer Model Number I Bent Manufacturing Type III Barricade Recycled Plastic Products Hollow Core Plastic Barricade Yodock Wall Company Yodock 2001m Type III Barricade ' Cantel of Medford, Inc. EZ-UP Type III Barricade Davidson Plastics Corp. T3B Type III Barricade I Approved Portable Signs and Stands City of Federal Way 1'Avenue S&S 328th Street Special Provisions Intersection Improvements May 2015 IPage 57 SPECIAL PROVISIONS Manufacturer Model Number Montana DOT DWG# 618-02 (Plywood) WU SafetyCor Sign System (Plastic) Texas DOT Skid Mounted Sign Support(Plywood) Reflexite/Eastem Metals DF 400& DF 4700 TX(Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time Wood Sign Posts Use the below charts to determine post size for Class A construction signs. ' One Post Installation Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. ' 4x4 - 16.0 4x6 17.0 20.0 6x6 21.0 25.0 6x8 26.0 31.0 1 Two Post Installation (For signs 5 feet or greater in width) , 4x4 - 16.0 4x6 17.0 36.0 ' 6x6 37.0 46.0 6x8 47.0 75.0 * *The Engineer shall determine post size for signs greater than 75 square feet. Add the following new Section: ' 1-10.3(7) Temporary Pavement Marking (******) All costs in connection with the use of reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control shall be paid under other bid items. Description I The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details DWG - 3-17, DWG - 3-18, and DWG - 3-19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Temporary pavement I City of Federal Way 1"Avenue S&S 328"'Street Special Provisions intersection Improvements May 2015 Page 58 ' SPECIAL PROVISIONS markings shall be removed after the installation of permanent lane marking is approved in writing by the Engineer. ' Materials ' Materials for temporary pavement markings shall be selected from approved materials listed in the Special Provisions of this Contract. Preliminary Spotting • The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. The City may provide pavement marking layout work for the Contractor if existing work loads permit, but all costs incurred by the City in providing layout work at the Contractor's request shall be charged to the Contractor. ' Temporary Pavement Markings ' Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement ' markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer ' until the permanent pavement markings are installed and approved in writing by the Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. ' Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern based on a 10-foot unit consisting of a 1-foot line of tape and a .9-foot gap, I unless otherwise specified on the Plans or in the Special Provisions for this Contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent ' pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. ' The Contractor shall provide paint lines per sections 8-22 and 9-34, and RPMs per sections 8-09 and 9-21, at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement ' markings for any conditions not applicable for reflective tape. 1-10.4 Measurement 1-10.4(2) Item Bids with Lump Sum for Incidentals ' (Special Provision) A new pay item is added: City of Federal Way 1`1 Avenue S&S 328'h Street Special Provisions intersection Improvements May 2015 Page 59 SPECIAL PROVISIONS 1 Off-Duty Uniformed Police Officer will be paid at actual invoice cost. , (August 2, 2004 WSDOT GSP) Section 1-10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of section 1-10.4(2) shall apply. 1-10.5 Payment , Payment will be made under the following bid item(s)when appearing in the Proposal: "Off-Duty Uniformed Police Officer", Estimate. The Cl shall reimburse the Contractor for the use of off duty uniformed police officers City tY po at the invoiced cost with no mark-up per Standard Specifications 1-09.6 Force Account. • "Traffic Control Supervisor", per lump sum "Flaggers and Spotters", per hour • , "Other Traffic Control Labor", per hour "Other Temporary Traffic Control", per lump sum , "Construction Signs Class A", per square foot "Sequential Arrow Sin" per hour q Sign", "Portable Changeable Message Sign", per each , "Business Access Sign", per each 1 END OF DIVISION 1 • I 1 City of Federal Way 1"Avenue S&S 328'"Street Special Provisions Intersection Improvements May 2015 Page 60 ' SPECIAL PROVISIONS DIVISION 2 EARTHWORK ' 2-01 CLEARING, GRUBBING,, AN D ROADSIDE CLEANUP ' 2-01.1 Description • Section 2-01.1 is supplemented with the following: (******) Clearing and grubbing on this project shall be performed within the limits shown in the ' plans. 2-01.5 Payment Section 2-01.5 is supplemented with the following: ' (******) Payment will be made in accordance with Section 1-04.1 for the following bid item(s) when included in the proposal: ' "Clearing and Grubbing", per lump sum. "Roadside Cleanup", by estimate. ' 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.1 Description Section 2-02.1 is supplemented with the following: (******) Removal of Structures and Obstructions ' The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. Removal of pavements, curbs, sidewalks, concrete and approaches are included in the "Roadway Excavation, Including 1 Haul"bid item per the Standard Specifications. 2-02.1 Description ISection 2-02.1 is supplemented with the following: ' (March 18, 2002 WSDOT NWR) Roadside Restoration 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. ' City of Federal Way 1s`Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 ' Page 61 1 SPECIAL PROVISIONS 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 roadside restoration work. ' 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: • ' (******) Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full-depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement and sidewalks within the entire project limits shall be measured and paid as"Roadway Excavation incl. Haul"in accordance with Section 2-03. Section 2-02.3(4) is a new section: ' 2-02.3(4) Removal of Drainage Structures (******) Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting I Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re-useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. I Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to I the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2-02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in City of Federal Way 11 Avenue S at S 32e Street Special Provisions Intersection Improvements May 2015 Page 62 ' SPECIAL PROVISIONS • accordance with Section 7-05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfillin 9 any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with ' CDF in accordance with Section 2-09.3(1)E of the Standard Specifications. Material, labor, tools, and equipment necessary to remove and/or fill any abandoned pipe shall be paid in accordance with the Bid Schedule. IPipe ends at limits of pipe removal shall be plugged completely with brick and mortar extending twice the diameter into the pipe from the cut end. Plugging pipe ends shall be ' considered incidental and included in the pipe removal and no additional payment will be made. ' The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning.. • Section 2-02.3(6) is a new section: 2-02.3(6) Adjust Existing Utility to Grade (******) As shown on the Plans, existing utilities such as monuments, manholes, catch basin frames ' and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City-owned utilities. Final adjustment shall be • smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and ' Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. IExisting facilities shall be adjusted to the finished grade as shown on 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, imeter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. City of Federal Way 328th 1 Avenue S at S 328 Street Special Provisions Intersection Improvements May 2015 Page 63 SPECIAL PROVISIONS 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 asphalt collar installed installed in 3" lifts 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 detail provided in Section 7-05.3(1). See respective sections for each utility for additional information, including measurement Pe tY 9 and payment. Section 2-02.3(8) is a new section: 2-02.3(8) Remove Pavement Markings (****a Pavement markings shall be removed, measured and paid per 8-22.3(6) of the Standard Specifications. 2-02.3(9) Remove Existing Conduit (***** Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing conduit in accordance with Section 2-02 of the Standard Specifications. Removal shall be conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits, duct banks or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. All removed conduit shall become the property of the Contractor and shall be disposed of in accordance with Section 2-02 of the Standard Specifications. Trench excavation of the conduit removal areas shall be considered incidental to the bid item"Remove Existing Conduit" 2-02.4 Measurement Section 2-02.4 is supplemented with the following: (******) Sawcutting will be measured by the linear foot. City of Federal Way 1 Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 64 ' 1 SPECIAL PROVISIONS Remove Existing Catch Basin by each. ' Remove Existing Storm Sewer Piper per linear foot. 9 p Pe Remove Existing Conduit shall per linear foot(of individual conduit runs). 2-02.5 Payment ' Section 2-02.5 is supplemented with the following: (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Removal of Structure and Obstruction", lump sum. I "Sawcutting", per linear foot. "Remove Existing Catch Basin", per each. "Remove Existing Storm Sewer Pipe", per linear foot. "Remove Existing Conduit,"per linear foot. Structure Excavation Class B for the removal of items shall be considered included in the associated bid item for the removal. 1 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.2 Pavement Removal • Section 2-03.2 is replaced with the following: p 9 ' (******) 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. 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. ' City of Federal Way 1s`Avenue S at S 328'"Street Special Provisions Intersection improvements May 2015 Page 65 i SPECIAL PROVISIONS 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. I 2-03.3(10) Selected Material Section 2-03.3 10 is supplemented with the following: Sect) ( ) PP 9 (******) I Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9-03.14(3)for Common Borrow. 2-03.3(14)C Compacting Earth Embankments Change this section as follows under heading"Moisture Content" : I (******) The moisture content shall not vary more than 1 percent wet to 3 percent dry of optimum as determined by the tests described in Section 2-03.3(14)D. All compaction shall be per Method C of the Standard Specifications. 2-03.3(14)D Compaction and Moisture Control Tests Change this section as follows under heading item 1. : (******) Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T180, Method D. .I. 2-03.3(14)E Unsuitable Foundation Excavation Section 2-03.3(14)E is supplemented with the following: I (******) All embankments shall be founded on dense, non-yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, and all other deleterious material prior to beginning construction of new embankments. Proof roll the foundation to verify dense non-yielding conditions. Unsuitable foundation encountered during structure excavation shall also be included as "Unsuitable Foundation Excavation, Including Haul". 2-03.3(14)G Backfilling n 2-03.3(14)G is su lemented with the following: Secho pp g (******) 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 City of Federal Way 111 1 Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 66 1 SPECIAL PROVISIONS Borrow as required to complete the work. Backfill all embankments in accordance with 2- 03.3(14)C, Compacting Earth Embankments, Method C. 2-03.4 Measurement ISection 2-03.4 is supplemented with the following: (March 13, 1995 WSDOT GSP) I 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. Control stakes will be ' set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. ' 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 Project 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 Project Engineer. Section 2-03.4 is supplemented with the following: (******) ' Roadway Excavation shall not be measured for payment for the removal of "Temporary Paving"to required subgrade depth per the provisions of 5-04.3(22) herein. "Gravel Borrow for Trench Backfill"shall be measured and paid when backfilling subsequent to Structure Excavation Class B. iGravel backfill subsequent to the removal of structures and obstructions shall be measured and paid under the"Gravel Borrow for Trench Backfill"bid item. I 2-03.5 Payment 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: "Gravel Borrow, Incl. Haul", per ton. ' City of Federal Way 1st Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 ' Page 67 1 SPECIAL PROVISIONS "Gravel Borrow for Trench Backfill, Incl. Haul", per ton. "Roadway Excavation, Incl. Haul", per cubic yard. 1 "Unsuitable Foundation Exc., Incl. Haul", per cubic yard. (March 13, 1995 WSDOT GSP) All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. ' 2-07 WATERING 2-07.5 Payment Section 2-07.5 is supplemented with the following: ' (******) When the Contract does not include water as a pay item, providing and applying the water t shall be incidental to construction. All costs shall be included in the other Contract pay items. 2-09 STRUCTURE EXCAVATION ' 2-09.4 Measurement The second sentence of the eleventh paragraph of Section 2-09.4 is replaced with the following: (******) Shoring or Extra Excavation Class B will be measured for payment only when structure excavation is four-feet (4') or deeper measured from existing ground surface to the bottom of pipe zone bedding. Shoring or Extra Excavation Class B will measured and paid per square foot based upon the following calculation: Depth: Actual trench depth from existing ground to bottom of pipe zone bedding, only when this dimension is four-feet(4') or greater. Length: Linear foot of trench excavated to a depth of four-feet (4') or greater along the centerline of the structure installed. Depth shall be measured only once, not for both sides of the excavation. Area (sf): Depth x Length 2-09.5 Payment Section 2-09.5 is supplemented with the following: City of Federal Way 1"Avenue S at S 328"Street Special Provisions Intersection Improvements May 2015 Page 68 , SPECIAL PROVISIONS (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when ' included in the proposal: "Shoring or Extra Excavation, Class B", per square foot. ' All costs for "Structure Excavation Class B", except for "Shoring or Extra Excavation Class B, shall be included in the unit contract price for the installation of each type and size of culvert, pipe, structure, conduit or other structure installed. "Structure Excavation Class B" for the removal of structures and obstruction shall be ' included in the unit contract price for the item removed. 2-11 TRIMMING AND CLEANUP 2-11.5 Payment ISection 2-11.5 is supplemented with the following: (******) I Trimming and Cleanup as required by the Standard Specifications shall be considered included in the related items of work and no additional payment will be made. END OF DIVISION 2 L 1 City of Federal Way 328th 1 Avenue S at S 328 Street Special Provisions Intersection Improvements May 2015 ' Page 69 SPECIAL PROVISIONS DIVISION 3 ' AGGREGATE PRODUCTION AND ACCEPTANCE 3-01 PRODUCTION FROM Q UARRY AND PIT SITES ' 3-01.2 Material Sources, General Requirements (March 13, 1995 WSDOT GSP) Section 3-01.2 is supplemented with the following: ' Permits for Pit Operations in King County The Contractor is advised that King County may require the Contractor to meet any or all of the following listed conditions before considering issuance of a temporary permit for pit operations within King County: 1. Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building. Cable or wire gates are not acceptable. 2. Hours of operation shall be limited to: 7:00 a.m.to 7:00 p.m. , 3. Access roads shall be improved and maintained to the satisfaction of the King County Department of Public Works. A haul road agreement for County road maintenance I may be required. All roads shall be swept, washed, or both, by the Contractor at the Contractor's 1 expense as often as the Department of Building deems necessary. Property shall have functional access to an arterial level street. ' 4. All operations will have to be approved by King County Flood Control for drainage plans, Washington State Department of Ecology, and Puget Sound Air Pollution ' Control Authority. Those properties near or adjacent to any water body shall have written approval from the State of Washington Department of Fish and Wildlife. ' The Contractor shall obtain a mining reclamation permit from the State of Washington Department of Natural Resources for sites of over three acres in size of I disturbed land or resulting in pit walls more than thirty feet high and steeper than one to one slope. 5. No stockpiling of foreign excavated material is permitted on the site except for those I materials to be used in the land rehabilitation of the subject property. 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are authorized as a result of the temporary permit. 7. Plans required: 1 City of Federal Way 1'h Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 70 SPECIAL PROVISIONS Ia. Scale of Plot Plans Site Size: less than 10 acres 1 inch = 50 feet 10 to 100 acres 1 inch = 100 feet ' over 100 acres 1 inch = 200 feet b. Contours Show existing and proposed contours at 5-foot intervals. If existing and proposed contours are superimposed upon one another it must be dear as to which is which. Plans which incorporate a screening process may be required ' by the County to distinguish said contours. Finished contours must show how the property can be used under the existing ' zoning. Plans showing daylighting of property to road grade or below with high 2:1 slope walls will no longer be permitted within the R, S, or G zones. The plans must contain large terraces which will permit the lot sizes and roads that ' are permitted within the zone. c. Sections ' Show a minimum of two sections in each direction. d. Maximum Slope Cuts shall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soils engineering or an engineering geology report certifying that the site has been investigated and indicating that the proposed deviation ' will not endanger any private property or result in the deposition of debris on any public way or interfere with any existing drainage course. ' e. Fill Slopes No fill shall be made which creates an exposed surface steeper in slope than two horizontal to one vertical. ' f. Benches on Slopes There shall be a 10 foot wide bench sloped into the hillside for every 50 feet in ' height. g. Setbacks ' Material and vegetation shall be left in its natural state: 50 feet from any FP, A, G, S, or R zoned property; 20 foot setback which includes a 6 foot high planted berm along any public right-of-way; 20 feet from M, B, or CG zoned property; 10 feet from QM or FR zoned property. • City of Federal Way Y 1ht Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 71 SPECIAL PROVISIONS Plans shall show type of vegetation existing within the buffer zones. ' h. Drainage _' All drainage facilities shall be designed to carry surface waters to the nearest practical street, storm drain, or natural water-course. Adequate provision shall be made to prevent any surface waters from damaging the face of an excavation or fill. All slopes shall be protected from surface water runoff from above by berms or swales. The Contractor is further advised that King County may require conditions which are in I addition to the foregoing list and that the County may reject permit applications at its discretion because of the proposed . operations proximity to schools, residential neighborhoods, hospitals, arterials, or for other environmental conditions. When there are discrepancies between the requirements of the State and the County the more stringent specifications shall apply. • Should the Contractor fail to comply with any requirements of a temporary permit obtained in the Contracting Agency's name, the Contracting Agency will take the necessary action to I meet these requirements and any costs incurred by the Contracting Agency will be deducted from monies due or to become due the Contractor. END OF DIVISION 3 1 1 1 1 1 1 City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 72 1 SPECIAL PROVISIONS ' DIVISION 4 BASES ' 4-04 BALLAST AND CRUSHED SURFACING 1 4-04.1 Description Section 4-04.1 is supplemented with the following: ' (******) Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, as backfill for ' unsuitable foundation excavation at mailbox supports, or for any other purposes deemed necessary by the Engineer. ' Gravel Backfill for Drains shall be used as a base for pervious sidewalks. 4-04.2 Materials Section 4-04.2 is supplemented with the following: ' (******) Gravel Backfill for Drains 9-03.12(4) ' 4-04.3 Construction Requirements 4-04.3(4) Placing and Spreading IItem 2 of Section 4-04.3(3) and 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. 4-04.4 Measurement ISection 4-04.4 is supplemented with the following: ****** Gravel Backfill for Drains will be measured per cubic yard to the neat lines indicated on the Plans. 4-04.5 Payment • Section 4-04.5 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: City of Federal Way 1a Avenue S at S 328'"Street Special Provisions ' Intersection Improvements May 2015 Page 73 SPECIAL PROVISIONS "Gravel Backfill for Drains", per cubic yard. "Crushed Surfacing Base Course", per ton. ' The unit contract price per ton for "Crushed Surfacing Base Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 1 1 1 1 1 1 1 1 City of Federal Way 1°Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 74 SPECIAL.PROVISIONS DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT ' 5-04.1 Description Section 5-04.1 is supplemented with the following: 1 (******) Asphalt concrete pavement shall be used at the following locations on the project: 1. HMA Cl. 1/2 In., PG 64-22: For all asphalt concrete roadway construction and reconstruction per the Typical Roadway section details on the Plans. ' 2. HMA Cl. 1 In., PG 64-22: For all asphalt concrete roadway construction and reconstruction per the Typical Roadway section details on the Plans. 3. Commercial HMA: For all driveways and parking lot construction and reconstruction per the details on the Plans. 5-04.3 Construction Requirements ' 5-04.3(3)A Material Transfer Device/Vehicle (August 3, 2009 WSDOT GSP) Section 5-04.3(3)A is deleted in its entirety. ' 5-04.3(5)A Preparation Of Existing Surfaces Section 5-04.3(5)A is supplemented with the following: ' (******) In accordance with Section 1-07.15(1) Spill Prevention, Control and ' Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall address the mitigating measures to be taken in the event that the paving operation is suspended or terminated prior to the asphalt for tack coat being fully covered. ' 5-04.3(7)A Mix Design Section 5-04.3(7)A is supplemented with the following: (******) The Contractor shall provide the City a mix design for all specified classes of mix and binder type that has been approved by WSDOT within the last 12 months. The mix design(s) shall have met all the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor shall also provide documentation that the aggregates and binder used are the same as those Iused to meet the requirements for the WSDOT approved mix design. In no case shall the Contractor begin paving before the City has approved the submitted mix design(s). City of Federal Way 1t"Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 75 SPECIAL PROVISIONS 5-04.3(8)B Basis of Acceptance ' 5-04.3(8)B is a new section: 1 (******) A. HMA Mix Design. The Contractor-submitted reference mix design will be accepted based I on its conformance to the project job mix formula (JMF) provided by the Contractor and laboratory density tests. For the acceptance of a project JMF, the Contractor shall submit to the Engineer a laboratory report stating that the representative samples of the various aggregates and blend sand to be used, along with the gradation data, the various aggregate stockpile averages, the proposed combining ratios, and the average gradation of the completed mix have been verified. ' 1. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications in for gradation and the design mix asphalt binder content plus or minus 0.5 percent. 1. 2. Adjustments: a. Aggregates. Upon written request from the Contractor, the Project Engineer may I approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate p assin g th e No. 1 0 a n d No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and/or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. b. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder content exceeding 0.3 percent from the initial JMF will be made without approval of the Engineer. , B. Hot Mix Asphalt Mixture: 1. Sampling: a. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. No samples shall be taken for daily quantities under 250 tons in a day. 1 1 City of Federal Way 1'Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 76 1 SPECIAL PROVISIONS b. Samples for compliance of gradation and asphalt binder content will be obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with ' WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. ' 2. Test Results. The Contractor will furnish the Engineer with a copy of the results. 3. Test Methods. Acceptance testing for compliance of asphalt binder content will be WSDOT FOP for AASHTO Test Method T308. Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO 127 and T11. ' 4. Rejection by Contractor: The Contractor may, prior to sampling, elect to remove any J Y Y defective material and replace it with new material at no expense to the City. Any ' such new material will be sampled,tested, and evaluated for acceptance. 5-04.3(10)B Control IDelete Section 5-04.3(10)B in its entirety and replace it with the following: ' (******) For HMA, where paving is in the traffic lanes, including lanes for ramps, truck dimbing, weaving, speed changes, and left turn channelization, and the specified compacted course ' thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum of ninety-two percent (92%) of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less ' than five (5) nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 1 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be ' accepted at a reduced price. Cores may be used as an alternate to the nuclear density gauge tests. When cores are ' taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of seventy-five and 00/100 dollars ($75.00) per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be ' constructed as directed by the Engineer to determine the compatibility of the mix design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (ninety-two percent (92%) of the maximum density determined by WSDOT Test Method 705). Following determination of compatibility, the Contractor is responsible for the g pa tY, City of Federal Way 1s"Avenue S at S 328"'Street Special Provisions Intersection Improvements May 2015 ' Page 77 SPECIAL PROVISIONS control of the compaction effort. If the Contractor does not request a test section, the mix ' will be considered compactable. HMA constructed under conditions other than listed above shall be compacted on the basis I of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Pre leveling mix shall be compacted to the satisfaction of the Engineer. ' In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5-04.3(12) Joints , Section 5-04.3(12) is supplemented with the following: (January 5, 2004 WSDOT GSP) The HMA overlay shall be feathered to produce a smooth riding connection to the existing pavement. , HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 5-04.3(13) Surface Smoothness The second sentence of Section 5-04.3(13) is revised to read: (January 5, 2004 WSDOT GSP) 1 The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to centerline. ' 5-04.3(16) Weather Limitations The first sentence of Section 5-04.3(16) is revised to read: ' (August 3, 2009 WSDOT GSP) HMA for wearing course shall not be placed on any traveled way from *** October 15 *** and through March 31st of the following year without written approval from the Engineer. Add the following new Section: ' 5-04.3(22) Temporary Asphalt Pavement (******) City of Federal Way 1th Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 78 1 SPECIAL PROVISIONS Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas I include: voids created by the removal of existing improvements (ie. Traffic islands, curbs, conduit removal), providing paved access to private properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. Any areas of temporary pavement to be ' removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Temporary asphalt pavement shall consist of asphalt concrete cold patch mix. 5-04.4 Measurement ' Section 5-04.4 is supplemented with the following: (September 5, 2006 WSDOT GSP) ' No specific unit of measurement will apply to the calculated item of asphalt cost price adjustment. 5-04.5 Payment Section 5-04.5 is supplemented with the following: ' (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when 1 included in the proposal: "HMA Cl. 1/2" PG 64-22", per ton. "HMA Cl. 1"PG 64-22", per ton. "Commercial HMA", per ton. ' "Temporary Pavement,"per ton.END OF DIVISION 5 1 City of Federal Way 15'Avenue S at S 328a Street Special Provisions I Intersection Improvements May 2015 Page 79 I SPECIAL PROVISIONS I I I I I I I I I I I I I I I I I City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 I Page 80 SPECIAL PROVISIONS DIVISION 7 ' DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS 7-01.1 Description ' Section 7-01.1 is supplemented with the following: (******) This work shall also consist of installing cleanouts and cleanout surface casings at the locations shown on the Plans. ' 7-01.2 Materials Section 7-01.2 is supplemented with the following: ' (******) All drain pipe and underdrain pipe shall be Polyvinyl Chloride (PVC) in accordance with 9- 05.1(5) of the Standard Specifications. 7-01.3 Construction Requirements ISection 7-01.3 is supplemented with the following: (******) Cleanouts and Fittings for Drain and Underdrain Pipe The Contractor shall install cleanouts at the terminal end of any drain or underdrain pipe ' not entering into a drainage structure. Cleanouts shall be installed at 150' maximum spacing with a minimum of two (2) cleanouts per section of drain or underdrain pipe. ' The Contractor shall install cleanouts at the terminal end and the mid-point along Additional sections of underdrain pipe and at one hundred foot (150') maximum spacing. Installation of all cleanouts and bends shall be at the locations shown on the Plans and per the Standard Detail in the Appendix and manufacturer's recommendations. All costs associated with providing cleanouts and fittings on drain pipes shall be considered included in the linear foot unit contract price for"Drain Pipe, 6 Inch Diam.' All costs associated with providing underdrain pipe, construction geotextile, backfill for drains, cleanouts and fittings on underdrain pipes associated with walls shall be considered included in the square foot unit contract price for"and "Modular Block Wall."In accordance with Section 6-13 herein. City of Federal Way 1"Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 81 1 SPECIAL PROVISIONS 7-01.5 Payment Section 7-01.5 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: "Drain Pipe, 6-Inch Diam.", per linear foot All costs associated with structure excavation class B, bedding, backfill with native material, compaction of backfill, and connections to pipe and structures shall be included in the linear foot cost of drain pipe installed. 7-04 STORM SEWERS 7-04.2 Materials Section 7-04.2 is supplemented with the following: • (******) Storm sewer used in this project shall be reinforced concrete storm sewer pipe, Class IV I and class 50 ductile iron storm sewer pipe unless noted otherwise in the Contract Plans. Concrete pipe material, gaskets, and couplings shall be in accordance with Section 9-05.7 of the Standard Specifications and as modified in these special provisions. I Class 50 ductile iron storm sewer pipe, where identified on the Plans, shall conform to the requirements of 9-05.13. ' The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized representatives stating the specifications to which the materials or products ' were manufactured. Certificates indicating non-conformance with these Specifications shall be sufficient evidence for rejection. Precast concrete materials shall not be shipped until pipe suppliers have provided documentation that materials have been properly cured. Approval of certificates shall be considered only as tentative acceptance of the materials or products, and such action by the Engineer will not relieve the Contractor of its responsibility to perform field tests and to replace or repair faulty materials, equipment, and/or workmanship. 7-04.3 Construction Requirements Section 7-04.3 is supplemented with the following: (******) Pipe Joints: City of Federal Way 1th Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 82 SPECIAL PROVISIONS ' All concrete pipe joints shall be rubber gasketed; except connections made between dissimilar existing and new pipe materials shall be made utilizing WSDOT Standard Plan B- 60.20-00 connection collar. Backfill and compaction: Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C"Method B"of the Standard Specifications. Existing storm sewer facilities: ' The Contractor shall field verify the location of existing storm sewer facilities. All facilities shown on the plan but not noted for removal shall be protected and remain operational throughout construction. ' 7-04.3(1) Cleaning and Testing 9 9 Section 7-04.3(1) is supplemented with the following: (******) ' Cleaning and testing of storm sewer pipe shall be in accordance with Section 7-04.3(1) of the Standard Specifications, except as modified herein: Prior to testing, storm sewers will be visually inspected by the Engineer's representative either by external physical observation before backfilling, by physical observation from .inside the pipe, or by video inspection methods, at the discretion of the Engineer. The contractor shall provide all necessary video inspection and/or safety equipment, including mechanical ventilation, as requested by the Engineer, with all related costs to be included in the unit bid price of the related item. Any departures from the best construction practices, such as pipe line misalignment,presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. Should high groundwater conditions be encountered, the completed storm sewers may be required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the Engineer.Add the following new Section: ' 7-04.3(2) Coordination with Utility Companies I (******) It is anticipated that minor adjustments will need to be made by the utility companies to avoid the proposed storm drainage system. Known relocations not to be performed by the Contractor have been shown on the Plans to be performed "by others. The Contractor ' shall identify any additional utility crossings that may conflict with the storm drainage system and notify the Engineer immediately prior to construction in vicinity of conflicts. ' The Contractor is responsible for coordinating anticipated relocation work with the respective utility companies. This coordination shall include contacting the utility company City of Federal Way 1st Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 83 1 SPECIAL PROVISIONS representative listed in Section 1-05.14(A) of these Special Provisions at least fifteen (15) ' working days prior to installing storm drain pipe that may conflict with the utility companies' respective facilities; and coordinating the construction of the storm drainage system with the respective utility construction crews. Coordination with utility companies shall be considered incidental to the Contract and no additional compensation will be made. 7-04.4 Measurement , Section 7-04.4 is supplemented with the following: Structure excavation Class B, backfill (with native material), pipe zone bedding, compaction 1 of the pipe trench backfill, connections between dissimilar existing and new pipe materials, and testing will not be measured as these items are incidental to the drainage pipe pay items. 7-04.5 Payment Section 7-04.5 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: "Class IV Reinf. Conc. Storm Sewer Pipe In. Diam.", per linear foot. I "Ductile Iron Storm Sewer Pipe In. Diam", per linear foot. I The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, but not limited to, all pavement removal, structure excavation incl. haul, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, surface restoration, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing costs related to maintaining existing drainage system during construction or to provide temporary drainage systems, and temporary patching hot mix to allow for the passage of traffic. If the Engineer determines that the native material is not satisfactory for trench backfill, I Gravel Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2-03 in these Special Provisions. 1 1 City of Federal Way 1s1 Avenue S at S 328th Street Special Provisions Intersection improvements May 2015 Page 84 SPECIAL PROVISIONS 1 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-05.1 Description Section 7-05.1 is supplemented with the following: ' (******) In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard Drawings" Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4-1. Type 2 Catch Basins shall be constructed in accordance with City of Federal Way Standard 1 Dwgs 4-3 and 4-4. Concrete Inlets shall be constructed in accordance with Washington Department of ' Transportation Standard Plan B-25.60-00. Where shown on the plans and as detailed, or as designated by the Engineer, the ' Contractor shall adjust catch basins to grade, install solid cover and frame on existing catch basin, install round solid cover with conversion riser as required on existing catch basins, and install heavy duty manhole frame and lids. All lids and frames shall be locking unless ' shown as non-locking on plans or directed otherwise by the Engineer. Vaned grates and associated frame (Federal Way Dwgs. 4-6 and 4-10) shall be used for all catch basins unless noted in the plans or directed otherwise by the Engineer. Storm drain cleanouts shall be provided for retaining wall drainage and connected to the • storm drainage system at the locations specified on the plans. The deanout configuration and connection shall be per the plan detail. Place anti-seize compound on all locking lid bolts prior to the final project punch list inspection. ' 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: ' (******) Backfill around catch basins shall be compacted by mechanical tampers in accordance with ' Section 2-03.3(14)C"Method B"of the Standard Specifications. Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of ' 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the rim elevations indicated on the Plans. ' A locking vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi-directional locking vaned grates shall be installed City of Federal Way 1St Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 85 SPECIAL PROVISIONS at all roadway sag locations and at low points along curb returns. (Reference City of I Federal Way Standard Drawings No. 4-10 for standard vaned grate and 4-6 for standard frame). All structures not receiving surface runoff shall include round solid locking lids; I except rectangular solid locking lids shall be used where indicated on the plans or directed by the Engineer. Catch basins shall include conversion risers per plan detail to accommodate round lids where indicated in the plans or directed by the Engineer. All structures, new or existing, located within the proposed wheel path shall utilize heavy duty round solid locking lids. A solid locking manhole cover and associated frame shall be installed on manholes and ' catch basins where they will not accept concentrated runoff and are not located in the wheel path of a traveled lane. (Reference City of Federal Way Standard Drawings No. 4-12 for solid cover and 4-13 for standard frame.). 7-05.3(1) Adjusting Manholes Valve Boxes and Catch Basins to Grade Section 7-05.3(1) is supplemented with the following: ( ) PIS 9 (******) Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The , asphalt concrete pavement shall be removed to a neat circular shape for manholes and catch basin conversion risers and a neat rectangular shape for type 1 catch basins. The edge of the cut shall be 1 foot from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. Commercial Hot Mix Asphalt (HMA) shall be placed in 1 the entire void with maximum 3" mechanically compacted lifts. The edges of the removed asphalt and the outer edge of the reset frame shall be painted with asphalt for tack coat. HMA shall meet requirements of Section 5-04 of the standard specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. The Contractor shall adjust the manholes and catch basins with pre-cast grade rings and , mortar, or tapered or non-tapered Infra-Riser® rubber adjustment rings as manufactured by East Jordan Ironworks or approved equal, with a maximum 2-inch thickness, as I required. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole to final grade, including existing grade rings, the Contractor shall remove the existing cone section, install a pre-cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section prior to paving operations. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking covers per Section 7-05.3(9). See section 7-05.3 of these special provisions for ring & cover and frame & grate I requirements as applicable to both existing and proposed structures. 1 City of Federal Way 18t Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 86 SPECIAL PROVISIONS ' 7-05.3(3) Connections to Existing Manholes Section 7-05.3(3) is supplemented with the following: ******) The requirements of this section shall also apply to connections to existing catch basins. ' Add the following new Sections: 7-05.3(5) Connection to Existing Pipe (******) ' The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins without obstructing flow from upstream locations. All costs associated with this work shall be included in the unit contract prices for the related items of work, where the related items of work are defined as the closest drainage item for which a pay item is provided. 7-05.3(6) Round Locking Solid Cover (******) Remove existing frame and grate and provide conversion riser with new frame with round solid locking cover for existing structures to remain but will no longer receive surface drainage. Provide conversion riser in accordance with the plan detail and the frame and cover per requirements of Section 7-05.3, and Federal Way Standard Drawings 4-12 for Locking Manhole Cover and 4-13 for Locking Manhole Frame. Round locking solid covers shall be included with the applicable structure regardless of type (standard or heavy duty frame and lid). Conversion risers shall be considered incidental to the structure installed. 7-05.3(7) Heavy Duty Castings (******) ) Provide a heavy duty locking ring and cover or locking vaned grate, in accordance with the ' requirements of Section 7-05.3 and manufacturer installation instructions, for drainage structures in the wheel path of the traveled roadway as noted in the plans. ' Provide a rectangular to round conversion riser for existing or proposed structures where required by the plans. The Heavy Duty Manhole Frame and Lid shall be manufactured from ductile iron. Covers shall be hinged and incorporate a 90-degree blocking system to prevent accidental dosure and come complete with hinge infiltration plug. The lid shall be operable by one person ' using standard tools and capable of withstanding a test load of 100,000 lbs. Frames shall be circular, compatible with City of Federal Way standard top slab openings, incorporate a seating ring, and be available in a 24-inch clear opening. The frame depth shall not exceed ' 4 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. Frame weight: 73 lbs. Cover weight: 122 lbs. Total weight: 195 lbs. City of Federal Way 1°f Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 87 1. SPECIAL PROVISIONS The Heavy Duty Manhole Frame and Lid shall be Rexus 24-inch Manhole Cover and Frame ' (or approved equal) as manufactured by the Certainteed Corporation. (Optional local distributor: Titus Industries located at 62292 Byram Road, Bend, OR 97701, Email: Ititus @neverleek.com or phone at: 541-389-1975). Heavy duty rings and covers shall be considered incidental to the structure installed and will not be measured for separate payment. 7-05.5 Payment Section 7-05.5 is supplemented with the following: (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when induded in the proposal: "Catch Basin Type 1"per each. "Catch Basin Type 248 In. Diam."Per each. The unit contract price per each for all bid items above shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all pavement removal and disposal, structure excavation class B incl. haul, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, backfill, compaction, surface restoration, testing, and furnishing and placing of all accessories such as traps, steps or ladders, control orifice risers, weirs, orifice plates, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers (standard duty or heavy duty where called for on the plans) shall also be considered included in the catch basin bid items to which they apply. Catch basin conversion risers and adapters will be considered incidental to this bid item and will not be measured for separate payment. "Adjust Catch Basin", per each. The unit contract price for "Adjust Catch Basin", per each, applies to all existing storm drainage catch basins, valves and manholes and includes all labor, tools, equipment, and materials necessary to adjust drainage structures to finished grade, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Rings and covers (whether standard duty or heavy duty as called for in the Plans.) as well as frames and grates, grade rings and adjustment risers (concrete or Infra-Riser) shall be considered incidental to this bid item and will not be measured for separate payment. "Connection Connection to Existing Drainage Structure", per each The unit contract price for"Connection to Existing Drainage Structure", per each, applies to connecting new storm drain pipe to existing storm drainage catch basins and manholes and City of Federal Way 1g Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 88 SPECIAL PROVISIONS 1 includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. ' 7-07 CLEANING EXISTING DRAINAGE STRUCTURES 7-07.5 Payment Section 7-07.5 is su pp lemented with the following: ' (******) All costs associated with cleaning existing drainage structures shall be considered incidental to and included in the various bid items and no additional payment shall be 1 made. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS ' 7-083 Construction Requirements ISection 7-08.3 is supplemented with the following: (******) The Contractor may encounter groundwater in trench excavation depending on trench depth. The Contractor shall not dewater the excavation with wells or well points but shall keep the excavated trench free of water during pipe installation. This may be done with sheet piling and pumping within the excavation or other methods approved by the Engineer. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this ' groundwater/trench excavation control plan. All costs related to trench dewatering shall be included in the related items of work. 7-08.3(3.)C Bedding the Pipe Section 7-08.3(1)C is supplemented with the following: I (******) If foundation material at the base of structure excavation is unsuitable, it shall be removed and replaced per the provisions of 2-03.3(14)E of these Special Provisions. ' Crushed surfacing top course for pipe bedding as indicated on the plans shall be in accordance with Section 9-03.9(3) of the Standard Specifications. Crushed surfacing top course for pipe zone bedding shall be considered incidental to the ' unit contract price for pipe. 7-08.3(3) Backfilling Section 7-08.3(3) is supplemented with the following: I ' (******) City of Federal Way 18`Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 89 1 SPECIAL PROVISIONS Initial backfilling shall be performed only after inspection and approval of the installed pipe. ' Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. , All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical tamper(s) as specified in Sections 7-08.3(3) of the Standard Specifications or other mechanical compaction device approved by the Engineer. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. 7-08.4 Measurement 7- .4 is supplemented with the following: Section 08 s g (******) No measurement shall apply to pipe zone bedding. 7-08.5 Payment I Section 7-08.5 is supplemented with the following: (******) Crushed surfacing top course for pipe zone bedding shall be considered incidental to the unit contract price for pipe ' Add the following new Section: 7-21 STORMWATER TREATMENT SYSTEMS ' 7-21.1 Description (******) This work shall consist of installing Filterra® Units for water quality treatment as shown on the Plans. 7-21.2 Materials (******) Filterra® Units shall consist of 4'x4'Precast Filterra® units, as manufactured by Contech®. 9025 Centre Pointe Drive, West Chester, OH 45069 (800) 338 1122.. ' Each Filterra® unit consists of a precast concrete vault; underdrain system consisting of underdrain stone, perforated pipe, and cleanout; filter media; top slab with integrally-cast , tree frame and grate, deanout cover, and galvanized angle nosing; mulch; and plant City of Federal Way 1st Avenue S at S 328`"Street Special Provisions Intersection Improvements May 2015 Page 90 SPECIAL PROVISIONS Imaterial. Conduits shall be precast into the vault walls as detailed on the Plans to accommodate irrigation supply lines. Fi!terra®Top Slab: Standard Flat Top ' Fi!terra®Tree Grate Style: UA Chinook 36"x 36" Supplied Fi lterra® units shall include inspection and maintenance by the supplier, or a supplier-approved contractor, for a minimum period of one year, consisting of two ' scheduled visits. The maintenance visits shall include the following tasks: 1. Filterra® unit inspection. 2. Foreign debris, silt, mulch &trash removal. 3. Filter media evaluation and recharge as necessary. 4. Plant health evaluation and pruning or replacement as necessary. 5. Replacement of mulch. 6. Disposal of all maintenance refuse items. 1 7. Maintenance records updated, stored, and submitted to the City of Federal Way Stormwater Management Division. 8. Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed to inspect the facility and observe the maintenance of the Fi!terra® Bioretention System by the supplier or supplier-approved contractor (contact Will Appleton, Surface Water Management Division: 253-835-2750). ' 7-21.3 Construction Requirements (******) ' Filterra®tree box filter units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer's installation instructions. Install Filterra® units in accordance with manufacturer's instructions. Each unit shall be constructed at the locations and elevations according to the sizes shown ' on the approved Plans. Any modifications to the elevation or location shall be at the direction of and approved by the Engineer. ' If the Filterra® unit is stored before installation, the top slab shall be placed on the box using the 2x4 wood provided, to prevent any contamination from the site. All internal fittings supplied (if any), must be left in place as per the delivery. ' The unit shall be placed on a compacted sub-grade with a minimum 6-inch gravel base. The unit shall be placed such that the unit and top slab match the grade of the curb in the City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 91 1 SPECIAL PROVISIONS area of the unit. Compact undisturbed sub-grade materials to 95% of maximum density at 1 +1- 2% of optimum moisture. Unsuitable material below sub-grade shall be replaced to the site Engineer's approval. 1 The 4-inch outlet pipe from each unit shall be connected to an adjacent catch basin as shown on the Plans, using 6-inch diameter PVC storm drain pipe, with a maximum of two 45-degree bend fittings. Once the unit is set, the internal wooden forms and protective mesh cover shall be left intact. Remove only the temporary wooden shipping blocks between the box and top slab. • The top lid shall be sealed onto the box section before backfilling, using a non-shrink grout, butyl rubber or similar waterproof seal. The boards on top of the lid and boards sealed in the unit's throat must NOT be removed. The Supplier (Contech or its authorized dealer) will remove these sections at the time of activation. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6-inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. Installation of Filterra® unit shall conform to ASTM specification C891 "Standard Practice for Installation of Underground Precast Utility Structures". The contractor is responsible for inlet protection/sediment control and cleaning around each 1 Filterra unit. The curb and gutter adjacent to each Filterra unit shall be cast in place following installation 1 of the Filterra unit, providing a depressed gutter section as detailed in the Plans. Dowel bars from the pre-cast Filterra unit shall be bent to extend into the cast-in-place depressed gutter as detailed on the Plans. Throat protection device provided with Filterra unit shall remain in place until the site is stabilized and the Filterra unit is activated by Filterra supplier. The contractor shall verify that the elevation of the next downstream catch basin is lower than the gutter elevation adjacent to the Filterra unit. 1 7-21.4 Measurement No measurement will be made for the construction of the stormwater treatment systems; I all costs are incidental to the unit price per each. This also applies to excavation, bedding, and backfill associated with the complete stormwater treatment systems. 7-21.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: 1 "Storm Water Treatment System 4 x 4 (filterra unit)", per each The per each contract prices for Storm Water Treatment System 4 x 4 shall be full pay for 1 furnishing all labor, tools, equipment, and materials necessary to complete each system according to the Plans and Specifications, including, but not limited to, structure excavation 1 including haul, removal/relocation of existing utilities, dewatering (if required), foundation material, bedding, backfill in accordance with manufacturer's requirements, compaction, 1 City of Federal Way m 1 Avenue S at S 328° Special Provisions Intersection Improvements May 2015 Page 92 SPECIAL PROVISIONS ' connections to storm drains, top slab, surface restoration, testing and deaning, maintenance period and other items to provide a complete installation as specified herein. Drain pipe connecting each Filterra® unit to an adjacent catch basin will be paid under a separate bid item. Shoring shall be paid as specified in 2-09.5. Gravel borrow used for backfill when the engineer has determined that native material is not satisfactory for backfill shall be paid in accordance with 2-03.5. END OF DIVISION 7 1 • 1 1 1 1 City of Federal Way 16'Avenue S at S 328'"Street Special Provisions ' Intersection Improvements May 2015 Page 93 1 SPECIAL PROVISIONS DIVISION 8 1 MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 8-01.3(1) General I Section 8-01.3(1) is supplemented with the following: (*****) 1 The Contractor shall be responsible for all Work required for compliance with the Construction Stormwater General Permit (CSWGP) including annual permit fees. In this section, replace the term "Temporary Erosion and Sediment Control Plan" (TESC) with "Stormwater Pollution Prevention Plan"(SWPPP). i The first through eighth paragraphs of 8-01.3(1) are deleted and replaced with the following: (January 5, 2015 WSDOT GSP) i The Contractor shall install a high visibility fence along the site preservation lines shown in the Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. Controlling pollution, erosion, runoff, and related damage requires the Contractor to perform temporary Work items including but not limited to: 1. Providing ditches, berms, culverts, and other measures to control surface water. 2. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows. ' 3. Controlling underground water found during construction. 4. Covering or otherwise protecting slopes until permanent erosion-control measures are working. ' To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. - ' All sediment control devices including, but not limited to, sediment ponds, perimeter silt fencing, or other sediment trapping BMPs shall be installed prior to any ground disturbing I activity. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below: 1 1 City of Federal Way 18`Avenue S at S 32e Street Special Provisions Intersection Improvements May 2015 Page 94 I SPECIAL PROVISIONS IWestern Washington Eastern Washington (West of the Cascade Mountain (East of the Cascade Mountain Crest) Crest) I May 1 through 17 Acres April 1 through 17 Acres September 30 October 31 October 1 through 5 Acres November 1 through 5 Acres 1 April 30 March 31 8-01.3(1)A Submittals ISection 8-01.3(1)A is revised to read: I (******) 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 Istrategy 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 Ishall 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 Imodifications 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 111 installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working Idays 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 I approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule I 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 I 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. IIn 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 I 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. I City of Federal Way 181 Avenue S at S 328th Street Special Provisions I Intersection Improvements May 2015 Page 95 i SPECIAL PROVISIONS 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 111 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. 1 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. 1 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- 1 specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction/ 1 Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide 1 the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on-site measures/revisions including additional 1 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. 1 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 1 The second and third paragraphs in Section 8-01.3(1)B are revised to read: (January 5, 2015 WSDOT GSP) The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not limited to: 1 1. Installing and maintaining all temporary erosion and sediment control Best Management Practices (BMPs) included in the TESC Plan to assure continued 1 performance of their intended function. Damaged or inadequate TESC BMP's shall be corrected immediately. 1 City of Federal Way 13'Avenue S at S 328"'Street Special Provisions Intersection Improvements. May 2015 Page 96 SPECIAL PROVISIONS 2. Updating the TESC Plan to reflect current field conditions. 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs) to Ecology in accordance with the CSWGP. 4. Develop and maintain the Site Log Book as defined in the CSWGP. As a part of the Site Log Book, the Contractor shall develop and maintain a BMP tracking table to show that identified TESC compliance issues are fully resolved within 10 calendar ' days. The table shall include the date an issue was identified, a description of how it was resolved, and the date the issue was fully resolved. The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 1 p y ' erosion and sediment control BMP's, and all stormwater discharge points at least once every calendar week and within 24-hours of runoff events in which stormwater discharges ' from the site. Inspections of temporarily stabilized, inactive sites may be reduced to once every calendar month. The Erosion and Sediment Control Inspection Form (WSDOT Form 220-030) shall be completed for each inspection and a copy shall be submitted to the ' Engineer no later than the end of the next working day following the inspection. 8-01.3(15) Maintenance ' (January 5, 2015 WSDOT GSP) The fifth paragraph of Section 8-01.3(15) is deleted. 8-01.3(16) Removal The first paragraph of Section 8-01.3(16) is revised to read: I (January 5, 2015 WSDOT GSP) The Contractor shall remove all temporary BMP's and all associated hardware from the project limits prior to Physical Completion unless otherwise approved by the Engineer. At the request of the Contractor and at the sole discretion of the Engineer the CSWGP may be transferred back to the Contracting Agency. Approval of the Transfer of Coverage request will require the following: I1. All other Work required for Contract Completion has been completed. 2. All Work required for compliance with the CSWGP has been completed to the ' maximum extent possible. This includes removal of BMPs that are no longer needed and the site has undergone all Stabilization identified for meeting the requirements of Final Stabilization in the CSWGP. 3. An Equitable Adjustment change order for the cost of Work that has not been completed by the Contractor. h' Department of Ecology Transfer of Coverage 4. Submittal of the Washington State epa ogy g form (Ecology form ECY 020-87a) to the Engineer. City of Federal Way 1st Avenue S at S 328'"Street Special Provisions I . Intersection Improvements May 2015 Page 97 1 SPECIAL PROVISIONS If the Engineer approves the Transfer of Coverage back to the Contracting Agency the ' requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of Termination form to Ecology will not apply. , 8-01.4 Measurement Section 8-01.4 is supplemented with the following: ' (******) Janua 5 2015 WSDOT GSP ( rY ) When the Bid Proposal contains the lump sum item "Erosion Control and Water Pollution Prevention"there will be no measurement of unit or force account items for Work defined , in Section 8-01. 8-01.5 Payment Section 8-01.5 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: I "Erosion Control and Water Pollution Prevention", lump sum. The lump sum Contract price for"Erosion Control and Water Pollution Prevention"shall be full payment to perform the Work as specified in Section 8-01. Progress payments for the lump sum item"Erosion Control and Water Pollution Prevention"will be made as follows: 1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for the item. Initial set up includes the following: 1 a. Acceptance of the TESC Plan provided by the Contracting Agency or submittal of a new TESC Plan, b. Submittal of a schedule for the installation of the BMP's, c. Identifying water quality sampling locations, and ' d. Initial installation of BMP's associated with sensitive areas delineation, clearing/grubbing and perimeter control. r 2. The remaining seventy-five percent of the bid amount shall be paid in accordance with Section 1-09.9. • 1 City of Federal Way 1°1 Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 98 SPECIAL PROVISIONS 8-02 ROADSIDE RESTORATION I8-02.1 Description The first paragraph of Section 8-02.1 is revised to read: ' (******) This work shall consist of furnishing and placing topsoil, sod, mulch, and roadside planting for property restoration, accordance with these Specifications and as shown in the Plans or Ias directed by the Engineer. 8-02.2 Materials This section is supplemented with the following: • (******) Topsoil Type A 9-14.1(1) Bark or Wood Chip Mulch 9-14.4(3) ISod 9-14.6(8) 8-02.3 Construction Requirements I 8-02.3(1) Responsibility During Construction ' Section 8-02.3(1) is supplemented with the following: (******) Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed until the restrictions are lifted. Throughout planting operations, the Contractor shall keep the premises clean, free of ' excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the • satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8-02.3(4) Topsoil ps ' Section 8-02.3(4) is supplemented with the following: (******) ' Remove all construction debris prior to placing topsoil. City of Federal Way 14 Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 99 SPECIAL-PROVISIONS Subgrade will require review and approval by the Project Engineer prior to the placement of ' topsoil. Thoroughly scarify subgrade in planting, hydroseeding and sod areas to a minimum depth ' of six inches. Scarified subgrade shall be inspected and approved by the Engineer prior to . placement of topsoil. Remove all construction debris and rocks over two inches (2") in diameter prior to the placement of topsoil. Upon approval of the subgrade by Engineer, place Topsoil Type A to depth as indicated in planting, hydroseeding and sod areas as shown on the Plans. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. Materials shall be placed so that after settlement of finished grades the top of the root zone will be flush with the top of sidewalks in lawn areas. For bark mulch areas, finish grade prior to placement of bark shall be one (1) inch below top of sidewalk. Areas around existing trees to remain shall not be cultivated within 6-feet•(6') diameter of the tree trunk or any other areas which appear to have a significant number of existing tree roots. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8-02.3(4)A Topsoil Type A Section 8-02.3(4)A is supplemented with the following: (******) Topsoil Type A shall conform to Section 9-14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 1 1 1 1 City of Federal Way 1't Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 . Page 100 SPECIAL PROVISIONS I 8-02.3(5) Planting Area Preparation Section 8-02.3(5)is supplemented with the following: (******) The areas shall be brought up to a uniform finished grade with the root zone flush with the ' top of curbs and sidewalks in lawn areas, and the top of mulch flush with the top of curbs and sidewalk in planting areas Topsoil shall not be placed until the Engineer has approved the planting area subgrade. 8-02.3(11)( Bark or Wood Chip Mulch P ' Section 8-02.3(11) is supplemented with the following: (******) I Medium course grind Douglas Fir or hemlock mulch with sample approved by the Engineer. It shall be ground so that a minimum of 95%, by volume, of the material will pass through a 1-inch sieve. Ground bark shall not contain elements in quantities that would be ' detrimental to plant life. Wood cellulose tissue of fiber (wood pulp), wood waste, wood shavings, wood sawdust, wood chips, or any product that contains greater than 5%, by volume, of the hard, lignified wood portion of the tree will not be accepted. Apply to two I (2) inch depth in all tree, shrub and groundcover areas, and disturbed areas as noted on Plans. ' 8-02.3(8) Planting Section 8-02.3(11) is supplemented with the following: ' (******) All trees, shrubs, and ground cover shall be planted as detailed on the Plans. Loosen planting pit subsurface to a depth of four to six inches (4" 6") and scarify sides prior to planting. Sufficient planting soil shall be placed around the plant and compacted so as to insure that the location of the ground line at the top of the rootball is the same as ' the nursery. Plant trees upright and face to give best appearance or relationship to adjacent structures I and hold rigidly in position until planting soil has been backfllled and tamped firmly around the rootball or roots. tPlant trees in planting pits as detailed on plans. Balled and burlapped plants shall be placed in the planting pits with the burlap intact; the ' binding at the top of the ball shall be removed and all burlap or cloth wrapping materials shall be removed from the root ball. Remove all plastic, twine and ropes. When the pit is backfihled halfway, place the specified quantity of fertilizer, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to, the root system at a depth that City of Federal Way lm Avenue S at S 328"'Street Special Provisions ' Intersection Improvements May 2015 Page 101 SPECIAL PROVISIONS is between the middle and the bottom of the root system. Do not injure root system. ' Place and compact the topsoil carefully to avoid injury to roots; fill all voids. When pit is three-quarters (3/4) backfilled, completely fill with water and allow water to I soak away. Fill pits with additional soil to finish grade and continue backfiliing as detailed on plans. , 8-02.5 Payment Section 8-02.5 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: "Topsoil Type A", per cubic yard , "Bark Mulch", per cubic yard "Sod Installation', per square yard "PSIPE, Helictotrichon sempervirens/ Blue out grass; 1 Gal. Cont" , "PSIPE, Mahonia repens/ Creeping Mahonia; 1 Gal. Cont." "PSIPE, Sesleria Autumnalis/Autumn Moor Grass; 1 Gal. Cont." "PSIPE, Spirea X Vanhouttei/ Bridal Wreath Spirea; 2 Gal. Cont." "PSIPE, Comus Stolonifera 'Farrow'/ Arctic Fire Red Twig Dogwood; 15"-18" Ht." "PSIPE, Syringa reticlulata /Japanese Lilac Tree; 2" Cal., 10'-12' Ht." 8-03 IRRIGATION SYSTEMS , 8-03.1 Description Section 8-03.1 is supplemented with the following: ' (******) Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary to ensure satisfactory operation and coverage of new planting areas upon completion of the improvements. ' 8-03.3 Construction Requirements Section 8-03.3 is supplemented with the following: ' (******) Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified, terminated, or expanded as necessary to ensure satisfactory operation of City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 111 Page 102 1 SPECIAL PROVISIONS ' the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary ' water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Payment will be included in the unit bid item price for Modifications to ' Existing Irrigation System per Section 8-03 these Standard Specifications. ' 8-03.4 Measurement Section 8-03.4 is supplemented with the following: (******) Measurement for Modifications to Existing Irrigation System, Complete will be by lump sum ' for the installation of the irrigation system components to maintain, terminate or expand as may be necessary to provide irrigation coverage of the existing irrigated area plus new coverage areas. The end result shall provide irrigation coverage to all of the project's ' landscaped areas. 8-03.5 Payment ' Section 8-03.5 is supplemented with the following: :9 ' (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: "Modifications to Existing Irrigation System", per Lump Sum ' The lump sum contract price for Modifications to Existing Irrigation System, Complete shall be full compensation for furnishing all labor, materials, tools, electrical services connection costs, trench excavation, backfill, restoration, PVC pipes, sleeves, fittings and appurtenances ' and equipment necessary or incidental to the construction of the complete and operable modified sprinkler irrigation system. ' 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.1 Description Section 8-04.1 is supplemented with the following: (******) 1 City of Federal Way 1st Avenue S at S 328"'Street Special Provisions l Intersection Improvements May 2015 Page 103 1 SPECIAL PROVISIONS This work shall also consist of constructing cement concrete in accordance with these Specifications and in conformity with the dimensions and cross-sections shown in the Plans and to the lines and grades as staked. , 8-04.3 Construction Requirements Section 8-04.3 is supplemented with the following: ' (******) White-pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one-eighth (1/8") in ten feet (10') or the alignment one-fourth (1/4") in ten feet(10'). 1 Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. , 8-04.4 Measurement ' Section 8-04.4 is supplemented with the following: (******) 1 All curbs and curb and gutter will be measured by the linear foot along the line and slope of the completed curb and gutter. , 8-04.5 Payment , Section 8-04.5 is supplemented with the following: (******) 1 Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Extruded Curb, Type 6", per linear foot. "Cement Conc Traffic Curb and Gutter", per linear foot. ' The unit price per linear foot shall be full payment for structure excavation, forms preparation of subgrade, placement, backfill and compaction, and all other materials, tools, equipment, and labor required for the construction of Extruded Curb, Type 6. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES I 8-06.3 Construction Requirements Section 8-06.3 is supplemented with the following: PP 9 1 City of Federal Way 15`Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 104 SPECIAL PROVISIONS ' (******) Section 1-07 of these Special Provisions describes the restriction to driveway closures and I construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick-setting. mix prior to use. IDriveway entrances shall be constructed per City of Federal Way Standard Details. 8-06.5 Payment ' Section 8-06.5 is su ppl emented with th t he following: ' (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: ' "Cement Conc. Driveway Entrance 3-Day", per square yard. 1 8-09 RAISED PAVEMENT MARKERS 8-09.3 Construction Requirements Section 8-09.3 is supplemented with the following: (December 12, 2012 City of Federal Way) RPMs shall be installed per City of Federal Way Standard Details. ' RPMs shall not be ceramic. 8-09.5 Payment ISection 8-09.5 is supplemented with the following: (******) IPayment will be made in accordance with Section 1-04.1 for the following bid items when included in the proposal: I "Raised Pavement Markers, Type 2", per hundred. 8-14 CEMENT CONCRETE SIDEWALKS 1 8-14.1 Description ISection 8-14.1 is supplemented with the following: (******) ' This Work shall also consist of providing Cement Concrete Sidewalks, Pervious Cement Concrete Sidewalks, curb ramps including detectable warning patterns. 1 City of Federal Way 1't Avenue S at S 3281"Street Special Provisions I Intersection Improvements May 2015 Page 105 1 SPECIAL PROVISIONS Perilous Cement Concrete Sidewalk The construction of pervious cement concrete sidewalk shall be in accordance with details shown in the Plans and these Special Provisions. Completed pervious concrete sidewalk shall conform to the lines, grades, thicknesses and typical cross-sections shown in the Plans or established by the Engineer. Materials, production and placement of pervious cement concrete shall meet the specifications for Pervious Concrete Pavement, American Concrete Institute (ACI) Specification 522.1-08 and as modified in these Special Provisions. The Contractor shall submit information satisfactorily demonstrating to the Engineer the Contractor's successful completion of previous pervious concrete projects within the last five years of similar scope and size, including certification as a National Ready Mixed Concrete Association (NRMCA) Pervious Concrete Contractor Certification Program "Pervious Concrete Installer". The submittal shall include project names and locations, the names and contact information for the owners, photographs of the completed work, a copy of the Pervious Concrete Installer certificate, and a detailed description of the methods and equipment implemented for the pervious concrete , placement, and shall be submitted to the Engineer on or before the Pre-Construction Conference, or at least 7- calendar days prior to performing the Work. 1 i 1 1 1 1 City of Federal Way 1''Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 106 SPECIAL PROVISIONS ' 8-14.2 Materials ' Section 8-14.2 is supplemented with the following: (******) ' The Cement Concrete Sidewalk and curb ramps shall be constructed in accordance with Section 8-14 of the Standard Specifications using air-entrained Class 3000 concrete except as hereinafter amended. Curb ramp construction shall conform to WSDOT standard drawings as noted and detailed on the Plans and shall include detectable warning surface mats. ' Detectable warning mat shall be detectable warning systems manufactured of diamond- hard vitrified polymer, truncated dome tiles that meets industry standard for durability, weather resistance and wear resistance. Contractor shall provide a color sample to be ' approved by the Engineer prior to installation. Detectable warning patterns shall be installed per manufacturer's recommendations. Pervious Cement Concrete Cement: Portland Cement Type I or II conforming to ASTM C 150 or Portland Cement ' Type IP or IS conforming to ASTM C 595. Aggregate: Use crushed gravel, stone meeting No. 8 course aggregate (3/8 to No. ' 16) per ASTM C 33 or No. 89 coarse aggregate (3/8 to No. 50) per ASTM D 448. If other gradation of aggregate is to be used, submit data on proposed material to the Engineer for approval. Air Entraining Agent: Comply with ASTM C 260 Water: Comply with ASTM C 94 ' Base Rock: See Special Provision Section 7-01 (Gravel Backfill for Drains). Concrete Mix Design • The Contractor shall submit a proposed mix design for the pervious cement concrete, with proportions of materials, to the Engineer 7 days prior to commencement of work. ACI 522R-10 shall be used to determine mix design proportions. The data for ' the mix design shall include unit weights of materials determine in accordance with ASTM C 29 paragraph 11, jigging procedure. CADMAN DrainX porous concrete mix with 3/8-inch pea gravel aggregate or equivalent is acceptable for use. 8-14.3 Construction Requirements ' Section 8-14.3 is supplemented with the following: (******) Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be ' constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the City of Federal Way 1s4 Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 107 1 SPECIAL PROVISIONS sidewalk shall be 3/8"x 4"and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. , The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged sections ' shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. , Pervious Cement Concrete Sidewalk Preparation, Placing and Finishing Concrete Preparation: Subgrade preparation for pervious concrete sidewalks should consist of cutting to finish grade to expose the underlying subgrade. The subgrade should be graded level to allow even distribution of infiltrating stormwater where stormwater infiltration is intended. Once final grades are established, the exposed subgrade should not be compacted prior to placement of a geotextile separator fabric and coarse stone reservoir material. In addition, the exposed subgrade should not be exposed to excessive construction traffic. Mix Time: Truck mixers shall be operated at the speed designated as mixing speed by I themanufacturer for 75 to 100 revolutions of the drum. Transportation: The portland cement aggregate mixture may be transported or mixed on site and should be used within one (1) hour of the introduction of mix water. This time can be increased to 90 minutes when utilizing a hydration stabilizer. Water may only be added by the concrete producer to obtain the required mix Y Y Y P q consistency. A minimum of 20 revolutions at the manufacturer's designated mixing speed shall be required following any addition of water to the mix. ' • Curing: Curing procedures shall begin immediately after the final placement operations. The pavement surface shall be covered with a minimum of (6) mil thick ' polyethylene sheet of other approved covering material. Prior to covering, a fog shall be sprayed above the surface when required due to ambient conditions. The cover shall overlap all exposed edges and shall be secured to prevent dislocation due to wind or adjacent traffic conditions. Cure sidewalk for a minimum of 7 days, unless otherwise specified. Jointing: Control (contraction) joints shall be installed at 15-foot intervals minimum. They shall be installed at a depth of 1/4 the thickness of the sidewalk. These joints can be installed in the plastic concrete or saw cut. If saw cut, the procedure should begin as soon as the sidewalk has hardened sufficiently to prevent raveling and uncontrolled cracking (normally after curing). Transverse construction joints shall be installed 1 City of Federal Way 15t Avenue S at S 328th Sheet Special Provisions Intersection Improvements May 2015 Page 108 SPECIAL PROVISIONS whenever placing is suspended a sufficient length of time that concrete may begin to harden. In order to assure aggregate bond at construction joints, a bonding agent suitable for bonding fresh concrete to existing concrete shall be brushed, rolled or sprayed on the existing sidewalk surface edge. Isolation (expansion) joints will not be used except when sidewalk is abutting slabs or other adjoining structures. ' Placing and Finishing Equipment: Unless otherwise approved by the Engineer in writing, the Contractor shall provide mechanical equipment of either slip form or form riding with a following compactive unit that will provide a minimum of 10 psi vertical force. The pervious concrete sidewalk will be placed to the required cross section and shall not deviate more than +/- 3/8 inch in 10 feet from profile grade. If placing equipment does not provide the minimum specified vertical force, a full width roller or Iother full width compaction device that provides sufficient compactive effort shall be used immediately following the strike-off operation. After mechanical or other approved strike-off and compaction operation, no other finishing operation will be allowed. If vibration, internal or surface applied, is used, it shall be shut off immediately when Pp � Y ' forward an ress ro is halted for reason. The Contractor will be restricted to sidewalk P 9 any placement widths of a maximum of fifteen (15') feet unless the Contractor can demonstrate competence to provide sidewalk placement widths greater than the maximum specified to the satisfaction of the Engineer. ITest Panels: The selected contractor is to place, joint and cure one test panel, each to be a minimum of 50 square feet at the project site to demonstrate to Engineer's satisfaction that a satisfactory sidewalk can be installed at the location. If the test ' panel meets Engineer's approval for aesthetics and drainage rate, it can be left in-place and included in the completed work. If the requirements mentioned above are not met, the test panel shall be removed at the Contractor's expense and disposed of in an approved landfill. 8-14.3 Construction Requirements Section 8-14.3 is supplemented with the following: (April 4, 2011 WSDOT GSP) The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: ,, 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement ' concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. City of Federal Way 1 Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015' Page 109 _ 1 SPECIAL PROVISIONS 1 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation ' 5. Accommodating utilities 6. Form work ' 7. Installation of detectable warning surfaces 8-14.4 Measurement Section 8-14.4 is supplemented with the following: (******) "Pervious Cement Concrete Sidewalk" will be measured square yard of finished surface. n I Cement Conc. Sidewalk Ramp" will be measured per each for the complete curb ramp type installed and includes the furnishing and installation of the detectable warning surface and construction of the transition panel. 8-14.5 Payment Section 8-14.5 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: "Pervious Cement Conc. Sidewalk', per square yard "Cement Conc. Sidewalk", per square yard ' "Cement Conc. Curb Ramp Type Perpendicular A; per each "Modified Single Directional Curb Ramp "; per each , 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is replaced with the following: (******) Work includes furnishing and installing all materials necessary to provide: 1 City of Federal Way 1 51 Avenue S at S 328`"Street Special Provisions Intersection Improvements May 2015 Page 110 1 SPECIAL PROVISIONS I1. A fully functional traffic signal system at the intersections of 1st Avenue South and South 328th Street. ' 2. Installation of a new street light system on 1st Avenue South including removal of the existing PSE owned system. 3. Installation of new/modified copper wire and fiber optic interconnect systems on 1s Avenue South between the new signal at S 328th Street and the existing signals at S 325"' Place and S 330"' Street. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. I Work shall include the supply, testing, and installation of all traffic signal hardware including the communication cable and interface system, and when specified, the modification of such an existing system. ' The work involves, but shall not be limited to, the following: 1. Signal controllers and equipment I2. Signal cabinets and bases 3. Signal interconnect copper system 4. Signal poles • 5. Signal and pedestrian heads 6. Emergency Pre-emption equipment 7. Video detection 8. Junction boxes 9. Conduit and wire 10. Luminaires ' 11. Luminaire poles and bases 12. Electrical service, enclosures, connections, and bases ' Work shall include the supply, testing and installation of all traffic signal hardware including the communication cable and interface system, and when specified, the modification of such an existing system. ' The work shall include removing portions of the existing illumination system as described in Section 1-07.17 of these Special Provisions. 8-20.1(1) Regulations and Code Section 8-20.1(1) is supplemented with the following: (March 13, 2012 City of Federal Way) ' Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8-20.1(2) Industry Codes and Standards The following is added at the end of the first paragraph of this section: City of Federal Way 1't Avenue S at S 328`"Street Special Provisions 1 Intersection Improvements May 2015 Page 111 SPECIAL PROVISIONS (March 13, 2012 City of Federal Way) ' National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, N3 08855-1331. ' Add the following new Sections: 8-20.1(3) Warranties 1 (******) The Contractor shall provide a warranty for all materials to be furnished under this Contract for a period of one (1) year, unless otherwise specified, from the date of actual turn-on. The warranty shall apply to all material including those items not manufactured by the Contractor. The warranty shall provide that all material at the time of delivery shall be free from defects in material and workmanship and shall be fit for the uses set forth in these Specifications. The warranty shall assign responsibility to the Contractor for all costs of replacement or repair of defective materials except those materials supplied by the City. Replacement or repair shall be made within five (5)working days following notification of a discrepancy. 1 8-20.1(4) Electrical Permits (******) The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall 111 be included in the applicable bid items for the work involved. 8-20.2 Materials , Section 8-20.2 is supplemented with the following: (March 13, 2012 City of Federal Way) ' Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. ' Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9-03.9(3) of the Standard Specifications. ' Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious substances (Section 9-03.1(5)A of the Standard Specifications). Requirements for signal equipment and materials are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Specifications. 8-20.2(1) Equipment List and Drawings The first paragraph is deleted and replaced with the following: ' 1 City of Federal Way 1u Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 112 SPECIAL PROVISIONS 1 (January 26, 2012 City of Federal Way) Within one (1) week following the pre-construction conference, the Contractor shall submit ' to the Engineer a completed "Request for Approval of Materials"that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be not not approved will no be site. Materials ' received before material will be allowed on the lobs pp permitted on the job site. ' Section 8-20.2(1) is supplemented with the following: (March 13, 1995 WSDOT GSP) IPole base to light source distances (H1) for lighting standards with pre-approved plans shall be as noted in the Plans. Pole base to light source distances (H1) for lighting standards without pre-approved plans will be furnished by the Engineer as part of the final approved shop drawings, prior to fabrication. ' (March 13, 1995 WSDOT GSP) Pole base to light source distances (H1) for lighting standards with pre-approved plans will be determined or verified by the Engineer at the request of the Contractor prior to fabrication. Pole base to light source distances (H1) for lighting standards without pre-approved plans and for combination traffic signal and lighting standards will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. (March 13, 1995 WSDOT GSP) If traffic signal standards, strain pole standards, or combination traffic signal and lighting ' standards are required, final verified dimensions including pole base to signal mast arm connection point, pole base to light source distances (H1), mast arm length, offset distances to mast arm mounted appurtenances, and orientations of pole mounted ' appurtenances will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. ' (******) Shop drawing for signal standards and lighting standards shall be provided in an electronic format(AUTOCAD), as well as complying with Section 6-03.3(7). IManufacturer's technical information shall be submitted for all poles, mast arms, luminaires, wire, conduit, junction boxes, control equipment, cabinets, video detection system and all other items to be used on the Project. All approvals by the Engineer must be received by ' the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. Final ground and roadway cross sections at the locations ' of the standards shall be submitted for approval along with the shop drawings. Submittal shall also include a cable vault installation plan showing the exact proposed installation 1 City of Federal Way 1St Avenue S at S 328th Street Special Provisions 1 Intersection Improvements May 2015 Page 113 1 SPECIAL PROVISIONS location by roadway station, offset and the scheduled sequence for each cable vault installation. A material staging plan, should the Contractor propose Contracting Agency-owned property 1 for stain areas, should submitted before materials d be ed fo a an aerials are allowed on that site. staging � any Manufacturer's data for all materials proposed for use in the contract which , require approval shall be submitted in one complete package. All shop drawings for poles that are not listed on the WSDOT Pre-Approved plans shall be , stamped by a State of Washington registered Civil or Structural Engineer. The Engineer shall have 14 calendar days to review information for each submittal that is 1 made. The actual time required for approval is dependent upon the completeness and appropriateness of the Shop Drawings as submitted. Any deficiencies will require additional time for approval based on the degree of the deficiency and the additional review time required. If the Shop Drawings are returned to the Contractor to correct deficiencies, an additional 14 calendar days may be required for the approval process. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. 8-20.3 Construction Requirements 1 8-20.3(1) General Section 8-20.3(1) is supplemented with the following: P 9 (January 26, 2012 City of Federal Way) Signal System Changeover The Contractor shall provide a detailed work plan for the signal system changeover to be approved by the Engineer. They shall not deviate from the work plan without prior written approval from the Engineer. The work plan shall show the exact date of the signal system changeover. The changeover of the signal equipment shall commence after 8:30 AM and be completed I by 3:00 PM on the same day. During changeover, traffic control shall be provided. The exact work plan and schedule for changeover shall be pre-approved by the Engineer. See Section 1-10 of these Special Provisions. (November 14, 2014 City of Federal Way) Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. City of Federal Way 1s'Avenue S at S 328"Street Special Provisions Intersection Improvements May 2015 Page 114 SPECIAL PROVISIONS Removed signal and electrical equipment which remains the property of the Contracting ' Agency shall be delivered to: King County Signal Shop ' Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 ' Phone: 206-396-3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. ' Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency. ' The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site. ' (January 26, 2012 City of Federal Way) Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the • property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. I The Contractor shall: 1. Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. ' 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. 3. Remove abandoned conduit encountered during excavation to the nearest outlets or as directed by the Engineer. 4. Remove foundations entirely, unless the Plans state otherwise. a. Backfill voids created by removal of foundations and junction boxes. ' b. Backfilling and compaction shall be performed in accordance with Section 2- 19 09.3(1)E. ' Signal Display Installation Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or changeover. Signal displays and reflectorized backplates when installed prior to signal turn- on or changeover shall be covered and not visible to vehicular traffic at any time. (May 15, 2000 WSDOT NWR) Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. 1 City of Federal Way 1t Avenue S at S 328'"Street Spell Provisions ' Intersection Improvements May 2015 Page 115 1 SPECIAL PROVISIONS (June 20, 1995 WSDOT NWR) Pole Removal Poles designated for removal shall not be removed prior to approval of the Engineer. ' (October 31, 2005 WSDOT NWR) Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written notice to the Engineer, a minimum of seven working days in advance of proposed installation. The I Contractor shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR) ' Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. ' 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) is supplemented with the following: (January 8, 2013 City of Federal Way) The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: ' 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9-04.2. 3. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and outside the traveled way shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. City of Federal Way 1st Avenue S at S 328"'Street Special Provisions Intersection Improvements May 2015 Page 116 SPECIAL PROVISIONS ' 4. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 5. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit ' in any way. The backfill shall be thoroughly mechanically tamped in eight-inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank Run Gravel for Trench Backfill shall conform to Section 9-03.19 of the Standard ' Specifications. Gravel Backfill for Pipe Zone Bedding material shall conform to Section 9-03.12(3) of the ' Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. ' All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as ' specified elsewhere in these Specifications. (******) ' Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction ' plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. ' The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, and ' underground vaults. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. ' The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. ' If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall ' get approval from the Engineer prior to installation.The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. • City of Federal Way 1st Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 117 1 SPECIAL PROVISIONS Before beginning any excavation work for foundations, vaults, junction boxes or conduit I runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation,junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: ( ) Ppl 9 (******) The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel ' Foundations for the Type I traffic signal poles shall conform to Standard Plan 3-21.10. Foundations for the Type II and Type III traffic signal poles shall conform to WSDOT Standard Plan 3-26.10 and the Signal Pole Specifications in the Plans. Pole foundations within the sidewalk area shall be constructed in a single pour up to the , bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. t Pole foundations not within the sidewalk area shall incorporate a 4-inch-thick cement concrete pad set flush with the adjacent ground, dimensioned per WSDOT Standard Plan 3- I 26.15. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. I The void between the foundation and the pole flange shall be no larger than 4 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A plastic drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the interior of the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with the surfaces. I Add the following new Section: City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvement May 2015 Page 118 SPECIAL PROVISIONS ' 8-20.3(4)A Controller Foundations (November 5, 2012 City of Federal Way) ' The controller foundation shall conform to the City of Federal Way's Drawing No. 3-45B and 3-45C included in Appendix C of these Specifications. Exact dimensions shall be verified with the cabinet manufacturer prior to constructing foundation. Additionally, the pad mount shall conform to the following: 1. The concrete pedestal height shall be 20 inches. 2. The spare conduit shall run to the nearest junction box as shown in the Plans. 3. Conduits shall be centered horizontally except service conduit which shall be placed at the side of the power panel. ' 4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides. 5. Unit shall be mounted on a cement concrete pad per Plan Details. 6. Conduits shall be placed in the front 1/3 of the foundation. Foundations ' constructed with conduits located within the three (3) inch cabinet mounting flange shall be removed and reconstructed. Modification of the three (3) inch cabinet mounting flange will not be accepted. The service cabinet foundation shall also be constructed on the larger cement concrete pad noted on the Plans and shall conform to the City of Federal Way's Drawing No. 3-45 included in Appendix C of these Specifications. Exact dimensions shall be verified with the cabinet manufacturer prior to constructing foundation. ' Class 1 surface finish shall be applied to exposed surfaces of signal cabinet and electrical service cabinet foundations in accordance with the requirements of Section 6-02.3(14)A. 8-20.3(5) Conduit Section 8-20.3(5) is supplemented with the following: ' (******) All conduit trenches shall be straight and as narrow in width as is practical to provide a ' minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall. ' be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy transformer vault and the service panel shall be schedule 80 PVC. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: ' PSE— Puget Sound Energy CLINK—Century Link City of Federal Way 1"Avenue S at S 328`"Street Special Provisions Intersection Improvements May 2015 Page 119 SPECIAL PROVISIONS COMCAST(AT&T)/C—Cable ' COMCAST(AT&T)/F— Fiber SIC—City Signal Interconnect City Spare—City spares Cobra—COBRA luminaire system The traffic signal interconnect along the project shall be placed, where ever feasible, in the I illumination system trench being constructed under this contract. All conduit installed underground shall have polyethylene underground hazard marking ' tape, 6 inches wide, red, legend "Caution-Electric Line Buried Below,"placed approximately 12 inches above the conduit. , Marking Tape and Location Wire for Interconnect Conduit shall be installed per Section 8- 20.3(5)A1 of the Standard Specifications. 8-20.3(5)B Conduit Type Section 8-20.3(5)B is supplemented with the following: ' (******) All conduits under driveways shall be Schedule 80 polyvinyl chloride (PVC). 8-20.3(5)E3 Boring Section 8-20.3(5)E3 is supplemented with the following: (******) I Should the contractor elect to utilize a boring method of installation, they shall first obtain approval by the City before proceeding. The City reserves the right to require open trench excavation. , A complete set of as-built plans showing all bores(successful and failed)within 10 calendar days of completing the boring shall be submitted to the Engineer. The plans shall be copies of the Contract Plans and include roadway profile, cross-section, boring location and subsurface conditions. The plans must include elevations of the installation. (October 16, 2006 WSDOT NWR) ' Boring In addition to the requirements for boring with casing, the Contractor shall submit to the I Engineer for approval a pit plan and a proposed method of boring that includes, but is not limited to, the following: 1. A pit plan depicting: a. Protection of traffic and pedestrians. 111 b. The dimension of the pit. c. Shoring, bracing, struts,walers or sheet piles. d. Type of casing. 2. The proposed method of boring, including: City of Federal Way 18`Avenue S at S 328"'Street Special Provisions Intersection Improvements May 2015 Page 120 SPECIAL PROVISIONS ' a. The boring system. b. The support system. c. The support system under and at the bottom of the pit. The shoring and boring pit plan shall be prepared by and bear the seal and signature of a Washington State licensed Professional Civil Engineer. Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal the casing. 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes ' Section 8-20.3(6) is supplemented with the following: (******) ' Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. I All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by ' abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have ' slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right-of-Way Accessibility Guideline (PROWAG). Approved products are: 1. Mebaci (their most aggressive surface) manufactured by IKG Industries ' 2. SIipNOT Grade 3-coarse manufactured by W.S. Molnar Company. All streetlight junction boxes not placed in the sidewalk shall be placed immediately ' adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. ' All streetlight junction box lids shall be welded shut after final inspection and approval by King County. • Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. ' Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. City of Federal Way 1°Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 121 SPECIAL PROVISIONS Wiring shall be replaced for full length if sufficient slack as specified in Section 8-20.3(8) is , not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan 3-40.10. 1 Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan 3-40.30. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30 I and Section 9-29.2(4) of the Standard Specifications. Junction box lids and frames shall be grounded per Section 8-20.3(9) of the Special Provisions. Damage to the junction boxes, pull boxes, cable vaults and the associated conduit system, , or wiring resulting from the Contractor's operations, shall be replaced at no additional cost to the Contracting Agency. When using an existing junction box, the Contractor shall modify the junction box such that it will be bonded to the grounding system. Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet (unless otherwise shown in the Plans) and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30. Interconnect vaults shall be installed in accordance with the following: 1. All openings around conduits shall be sealed and filled with grout to prevent water and debris from entering the vaults or pull boxes. The grout shall meet the specifications of the interconnect vault manufacturers. 2. Backfilling around the work shall not be allowed until the concrete or mortar has I set. 3. Upon acceptance of work, interconnect vaults shall be free of debris and ready for cable installation. All grounding requirements shall be met prior to cable installation. 4. Interconnect vaults shall be adjusted to final grade using risers or rings manufactured by the interconnect vault and pull box manufacturer. Interconnect I vaults with traffic bearing lids shall be raised to final grade using ring risers to raise the cover only. 5. Interconnect vaults shall be installed at the approximate location shown in the I Drawings. Final location to be approved by the Engineer. 6. All existing conduits will need to be open and exposed for access within the vault. Care shall be taken to identify which conduits have existing cables. All conduits will ' extend 2 inches within the vault walls. At the 2-inch mark the excess conduit on the existing structure will need to be removed and all cables exposed. 7. Once the conduits are located, excavate a hole large enough to install the interconnect vault. The vault shall have a concrete floor as indicated on the Drawings. The floor shall be installed on 6 inches of crushed surfacing top course. If a interconnect vault is installed outside a paved area, an asphalt pad shall be I constructed surrounding the junction box. Ensure that the existing conduits are at a minimum of 4 inches above the top of the floor. 1. City of Federal Way 1m Avenue S at S 328"'Street Special Provisions Intersection Improvements May 2015 Page 122 • I SPECIAL PROVISIONS 1 8-20.3(8) Wiring ' The following is inserted between the 11th and 12th paragraphs of this section: (March 6, 2012 City of Federal Way) ' Field Wiring Chart(IMSA Standards) 501 +Input 508 AC+Detectors 502 AC- 509 AC+12 Volts 503 AC+Lights 510 Remote-Flash 504 AC+Lights 511 Remote-All Red 505 AC+Lights 512-520 Special 506 AC+Control 551-562 Interconnect I 1AC+Crosswalk 593-598 Rail Road Preemptic Phases 1 2 3 4 5 6 7 8 A 8 Emergency Orange (B+) 5 5 5 5 ' Vehicle 8 8 8 9 Preemption 1 4 7 0 Yellow (Call) 5 5 5 5 I8 8 8 9 2 5 8 1 I Blue (BB) 5 5 8 8 8 9 3 6 9 2 I Vehicle Red 6 6 6 6 651 1 2 3 4 6 6 6 6 6 Heads 6 7 8 9 0 1 1 1 1 1 1 1 1 1 I Orange 6 6 6 6 652 6 6 6 6 6 1 2 3 4 67890 2 2 2 2 22222 I Green 6 6 6 6 653 6 6 6 6 6 Z 2 3 4 67890 3 3 3 3 33333 I Black 6 6 6 6 654 6 6 6 6 6 1 2 3 4 67890 4 4 4 4 44444 White 6 6 6 6 656 6 6 6 6 6 (Common) 1 2 3 4 6 7 8 9 0 6 6 6 6 66666 IPedestrian Red (Hand) 7 7 7 7 751 7 7 7 7 7 Heads and 1 2 3 4 6 7 8 9 0 PPB 1 1 1 1 11111 I I City of Federal Way 1't Avenue S at S 32&'Street Special Provisions I Intersection Improvements 2015 Page 123 I SPECIAL PROVISIONS Green (Man) 7 7 7 7 752 7 7 7 7 7 I 1 2 3 4 6 7 8 9 0 2 2 2 2 2 2 2 2 2 I White 7 7 7 7 756 7 7 7 77 (Common 1 2 3 4 6 7 8 9 0 f o r Lights". 6 6 6 6 6 6 6 6 6 Orange 7 7 7 7 754 7 7 7 7 7 (Push 1 2 3 4 6 7 8 9 0 button) 4 4 4 4 4 4 4 4 4 I Black 7 7 7 7 755 7 7 7 7 7 (Common 1 2 3 4 6 7 8 9 0 f o r Push 5 5 5 5 4 5 5 5 5 I button". Vehicle Loop 1 8 8 8 8 851 8 8 8 8 8 Detectors 1 2 3 4 6 7 8 9 0 I 1 1 1 1 1 1 1 1 1 Loop 1 8 8 8 8 852 - 8 8 8 8 8 1 2 3 4 6 7 8 9 0 • I 2 2 2 2 2 2 2 2 2 Loop 2 8 8 8 8 853 - 8 8 8 8 8 II 1 2 3 4 6 7 8 9 0 3 3 3 3 3 3 3 3 3 Loop 2 8 8 8 8 854 8 8 8 8 8 I 1 2 3 4 6 7 8 9 0 4 4 4 4 4 4 4 4 4 • L o o p 3 8 8 8 8 855 8 8 8 8 8 I 1 2 3 4 6 7 8 9 0 5 5 5 5 5 5 5 5 5 Loop 3 8 8 8 8 856 8 8 8 8 8 I 1 2 3 4 • 6 7 8 9 0 6 6 6 6 6 6 6 6 6 Loop 4 8 8 8 8 857 8 8 8 8 8 1 2 3 4 6 7 8 9 0 7 7 7 7 7 7 7 7 7 L o o p 4 8 8 8 8 858 8 8 8 8 8 1 2 3 4 , 6 7 8 9 0 8 8 8 8 8 8 8 8 8 Vehicle Loop 1 9 9 9 9 951 9 9 9 9 9 I Detectors/ 1 2 3 4 6 7 8 9 0 Count 1 1 1 1 1 1 1 1 1 I I I City of Federal Way 1st Avenue S at S.328th Street Special Provisions Intersection Improvements May 2015 Page 124 • SPECIAL PROVISIONS • Loop 1 9 9 9 9 952 9 9 9 9 9 1 2 3 4 67890 I 2..._ 2 2 2 __.._. 2 2 2 22 Loop 2 9 9 9 9 953 9 9 9 9 9 • 1 2 3 4 67890 I 3 3 3_._ 3 3 3 3 3 3 Loop 2 9 9 9 9 954 9 9 9 9 9 1 2 3 4 67890 ' 4 4 4 4 4 4 4 4 4 Loop 3 9 9 9 9 955 9 9 9 9 9 1 2 3 4 67890 I 5 5 5 5 55555 Loop 3 9 9 9 9 956 9 9 9 9 9 1 2 3 4 67890 6 6 6 6 66666 Loop 4 9 9 9 9 957 9 9 9 9 9 1 2 3 4 67890 7 7 7 7 77777 Lao 4 9 9 9 9 958 9 9 9 9 9 1 2 3 4 67890 8 8 8 8 88888 1, j City of Federal Way 1st Avenue S at S 328"'Street Special Provisions ' Intersection Improvements May 2015 Page 125 1. SPECIAL PROVISIONS Section 8-20.3(8) is supplemented with the following: (March 6, 2012 City of Federal Way) 1 Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 8 1 AWG pole and bracket cable. (March 13, 1995 WSDOT NWR) 1 Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR) Illumination Circuit Splices Temporary splices shall be the heat shrink type. , Add the following new Sections: (June 6, 2012 City of Federal Way) 1 8-20.3(8)A Copper Interconnect.Cable Installation ■ Copper interconnect cable shall be 12 pair No. 19 AWG communications cable meeting ■ IMSA Specification No. 40-20-1984. A 12 position terminal block shall be mounted on a panel on the rack on the interior side of the controller cabinet. Interconnect cables shall not 1 be spliced or terminated except inside the traffic signal controller cabinet at terminal panel locations. Termination of copper interconnect cable shall be performed by a King County Signal technician. The contractor shall notify King County when cable is ready for terminations with a minimum of two working days' notice. (March 14, 2012 City of Federal Way) 8-20.3(8)8 Fiber Optic Cable Installation Fiber optic cable conduit shall be modified along 1st Avenue South between the existing underground interconnect which terminates at South 320th Street and South 336th Street. Prior to beginning work, the Contractor shall coordinate with the City IT Department ' contact provided on the Plans. The Contractor shall utilize existing slack located at South 320th Street to provide additional ' length to accommodate relocation into the new conduit and traffic signal controller cabinet as shown on the Plans. 1 City of Federal Way 1m Avenue S at S 3281"Street Special Provisions Intersection Improvements May 2015 Page 126 SPECIAL PROVISIONS ' Prior to cutting the existing cable, the Contractor shall demonstrate to the Engineer that adequate slack has been pulled from South 320th Street to accommodate the work as shown on the Plans and described herein. 8-20.3(8)B1 Fiber Optic Cable Submittals ' The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. ' Submittals required by this item shall include, but not be limited to, the following: 1. A material staging plan, should the Contractor propose City owned property as a ' staging area. 2. Manufacturer's complete specifications for all communication system cables and associated electronics and hardware components. ' 3. Manufacturer's complete specifications for optical fiber and twisted-pair cable splice enclosures. 4. A detailed fiber optic installation procedure including the following: ' a. Fiber optic cable cutting lengths reflecting the cable order and reel allocations. b. Cable pulling plan which shall state the exact operational procedures to be utilized and which identifies the physical locations for equipment placement, ' proposed equipment setup at each location, pulling tension on all cables for each pull, staffing, and the pulling methodology for each type of cable. ' c. Exact splice points as provided for herein. d. Workforce proposed for all equipment, safety, and manual assist operations. 5. Factory test data sheets for each reel of cable delivered. • 8-20.3(8)B2 Fiber Optic Cable Installation The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in . accordance and consistent with the highest standards of quality and craftsmanship in the ' communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Unless otherwise directed by the ' Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. ' All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. ' Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. 1 City of Federal Way 1th Avenue S at S 328th Street Special Provisions I Intersection Improvements May 2015 Page 127 1 SPECIAL PROVISIONS 1 The Contractor shall identify the manufacturer of the existing fiber optic cable and comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: 1. Installation. 2. Proper attachment to the cable strength elements for pulling during installation. 3. Bi-directional pulling. 4. Cable tensile limitations and the tension monitoring procedure. 5. Cable bending radius limitations. I The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. I In all cable vaults and/or junction boxes designated in the plans, minimum cable slack of 15 yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as specified in the plans. The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled 1 over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load-cell instruments. ' Patch cords placed between pad mounted cabinets shall be protected by plastic spiral wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and be rated for use in electrical installations. Optic Fiber O is Cable Splicing This section describes the minimum requirements for splicing and connecting of the specified fiber optic cables. Underground splicing of fiber optic cable in vaults shall be performed using an approved splice enclosure as specified in Section 9-29.2(2)A of these Special Provisions. Additional termination will be performed in the traffic signal controller cabinet as specified herein. The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene gasket. Selected splices City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 128 SPECIAL PROVISIONS ' shall not require a re-entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. ' Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB.J The Contractor shall seal all cables where the cable jacket is removed. The cable shall be ' sealed per the cable manufacturer's recommendation with th a n app r o ved blocking material. ' If approved, all below ground splices shall be contained in waterproof splice enclosures. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24-hour period. 8-20.3(8)B4 Fiber Optic Cable Terminations ' Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable. ' 8-20.3(8)B5 Fiber Optic Cable Patch Panels Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch panels. Patch panel(s) shall be Corning model Single-Panel Housing (SPH-01P) or approved equal. Panel(s) shall be wall mountable. Mounting location shall be as directed by the Engineer. I 8-20.3(8)B6 Fiber Optic Cable Labeling Permanent cable labels shall be used to identify fibers and patch cords at each termination point.The cable labels shall consist of white colored heat shrink wraps with identification. 8-20.3(8)B7 Fiber Optic As-Built Records ' The Contractor shall provide the Engineer with a cable route diagram indicating the actual cable route and "meter marks" for all intersections, directional change points in the cable mounting, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as-built" drawings showing the exact cable route to the Engineer. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. City of Federal Way 1st Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 129 1 SPECIAL PROVISIONS 8-20.3(8)88 Fiber Optic Cable Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, I and prescribed industry standards and practices. 8-20.3(8)B9 Type of Testing The types or acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer(OTDR) testing , 8-20.3(8)B10 Attenuation Testing Insertion loss testing shall be used to measure end-to-end attenuation on each new fiber ' installed between a field device and a fiber termination cabinet. Insertion loss testing shall be performed at the 1310 nanometer wavelength in both directions. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that is has been calibrated within 6 months of the proposed test dates. ' The following information shall be documented for each fiber test measurement: 1. Wavelength ' 2. Fiber type 3. Cable, tube and fiber IDs 4. Near end and far end test locations ' 5. End-to-end attenuation 6. Date, time and operator 8-20.3(8)B11 Optical Time Domain Retlectometer(OTDR Testing) An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end-to-end transmission quality of each optical fiber. Quality tests shall consider 1 both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the required cable section or by using an ODTR with sufficient normalization to display the required cable section. Prior to commencing testing, the Contractor shall .submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within the 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 I nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re-spliced as part of this contract shall also be tested in both directions and at both wavelengths. City of Federal Way 1s1 Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 130 1 SPECIAL PROVISIONS The following information shall be documented for each fiber test measurement: 1. X-Y.scatter plot for fiber length 2. Wavelength 3. Refraction index ' 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs ' 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss and reflection 8-20.3(8)B12 Fiber Optic Cable Testing Documentation The Contractor shall submit on hard copy and one electronic copy of the fiber test results ' to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three (3) hard copies and one electronic copy of the fiber test results to the Engineer. ' Hard copy submittals shall be bound in 3-ring binders. The electronic submittal shall be on a compact disk and include one licensed copy of the applicable OTDR reader program. ' The following information shall be included in each test result submittal: 1. Contract number, contract name, Contractor name and address. 2. Dates of cable manufacture, installation and testing. 3. Cable specifications. ' 4. Locations of all splices. 5. OTDR test results. 6. Attenuation test results. ' 8-20.3(8)613 Racking in Fiber Vaults 9 ' The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. The splice closures shall also be racked. ' Cables shall be racked and secured with nylon ties. Nylon ties shall not be over-tightened. Identification or warning tags shall be securely attached to the cables in at least two locations in each fiber vault. ' All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall P p 9 9 include securing cables to brackets (racking hardware) that extend from the sidewalls of Ithe fiber vault. 8-20.3(8)614 Documentation ' Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring City of Federal Way 1°1 Avenue S at S 3286"Street Special Provisions ' Intersection Improvements May 2015 Page 131 SPECIAL PROVISIONS schematic and parts list, owner's manuals, factory service manuals, and procedures for ' factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of I the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each I individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be I submitted as specified in these Special Provisions. 8-20.3(8)B15 Warranty The Data Distribution and Transmission Systems and components shall be provided with a one-year minimum, on-site parts and labor warranty from the date that the system successfully completed testing. This quality assurance shall cover each piece of equipment and shall be provided by the manufacturer or agent of said equipment. 8-20.3(9) Bonding, Grounding Section 8-20.3(9) is supplemented with the following: (******) 1 Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered I "modified" if new current-carrying conductors are installed, including low-voltage conductors. (March 13, 2012 City of Federal Wa ( tY Way) At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. ' Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when I the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, 3/4-inch in diameter by 10-feet long, connections I shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. (October 23, 2014 City of Federal Way) In addition to the two service grounds provided at the service cabinet each Type II, III, IV, or V signal standard shall have a supplemental ground installed per Standard Plan J-60.05. City of Federal Way 1't Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 I Page 132 SPECIAL PROVISIONS 1 (August 21, 2006 WSDOT NWR) 3unction Box Grounding ' Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway 1 system of which the existing junction box is a part. 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8-20.3(10) is supplemented with the following: I (******) The Contractor shall apply for an electrical service connection with Puget Sound Energy and make arrangements for new electrical service connection. will approve Electrical Service Installations. The Contractor shall request the The Engineer w app Electnca req City of Federal Way Building Division to perform required inspections for service approval. Electrical service is detailed in the Plans. The Contractor shall noti fy the City of Federal Way �Y inspector when the service is ready for connection. ' A two-circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in conduit specified in the Plans. Wire ' sizes and conduit terminations between the load center and the connection location shall meet the requirements of PSE. The service shall be split in the load center into a 120-volt circuit for the signals and 240 volt for the illumination. ' The Contractor shall be responsible for all coordination with PSE including connection to the existing transformer. ' Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat in accordance with Section 6-07. Outside will be bare aluminum finish. ' The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. ' All circuit breakers shall be clearly marked or labeled. 1 1 1 City of Federal Way 1st Avenue S at S 328th Street Special Provisions ' Intersection Improvements May 2015 Page 133 SPECIAL PROVISIONS 8-20.3(11) Testing Section 8-20.3(11) is supplemented with the following: ' (March 6, 2012 City of Federal Way) The signal including UPS equipment shall be put into operation by.King County personnel The Contractor shall be present during the turn-on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of any signal turn-on. ' 8-20.3(13) Illumination Systems Section 8-20.3(13) is supplemented with the following: (******) The existing lighting systems that are specified to remain shall remain operational ' throughout the duration of the Work. All existing lighting systems that are specified for removal shall remain operational until the new systems are fully functional. If an existing street light is in conflict with construction sequencing, a temporary lighting system shall be installed prior to removal of the existing street light. ' The Engineer may approve partial interruptions required because of staging. 8-2O.3(13)A Light Standards The 8th paragraph of this section is deleted and replaced with the following: ' (March 15, 2012 City of Federal Way) All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3-39B. (******) Each Roadway luminaire shall be installed with a shorting cap on each individual luminaire fixture. 8-2O.3(13)C Luminaires Section 8-20.3(13)C is supplemented with the following: (******) All Roadway luminaires shall be provided with either an internal or external houseside shield per Section 9-29.10(1) of these Special Provisions. Fixtures shall be installed, directed, shielded, and maintained to avoid light trespass and to minimize direct light and glare on neighboring properties. The Contractor shall make a night inspection and subsequent shield adjustments as necessary to provide shielding as required by the Engineer. Installation and/or adjustment of shielding is considered incidental. 1 City of Federal Way 151 Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 134 SPECIAL PROVISIONS ' All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall conform to ANSI C136.15-2011 "American National Standard for Roadway and Area Lighting Equipment—Luminaire Field Identification" 8-20.3(14) Signal Systems ' 8-20.3(14)A Signal Controllers Section 8-20.3(14)A is supplemented with the following: ' (******) The traffic signal controller cabinet with all pluggables and all associated equipment shall be furnished by the Contractor and delivered to King County traffic signal technicians for a 30 to 45 day testing period at their shop located at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver the controller and cabinet to the shop and shall Ipick up the units at the end of the test period, deliver to the job site, and install. . The Contractor shall provide 5 working-days notice prior to delivery of the controller and ' cabinet. Existing traffic signal cabinets shall remain operational until the switchover to new signal systems is completed and fully functional. 8-20.3(14)8 Signal Heads IThe first paragraph is deleted and replaced with the following: ' (******) If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of ' sufficient size to entirely cover the display. The covering shall extend over all edges of the signal housing and shall be securely fastened at the back. ' Signal heads shall be installed with back plates. A two (2) inch wide strip of Type IX yellow retroreflective sheeting shall be factory applied to the outside border of the back plates. ' Section 8-20.3(14)B is supplemented with the following: (March 13, 2012 City of Federal Way) Alignment of vehicular and pedestrian signal heads shalt be approved by the Engineer prior ' to system turn-on. All new vehicular and pedestrian signal heads shall be covered (sacked) completely ' including backplates with a 6 mil black polyethylene sheeting until placed into initial operation. The fitted covers shall use adjustable straps. The fitted covers shall have a one- inch hole for each signal display to flash out indications. City of Federal Way al Provisions Avenue S at S 328th Street Special ' Intersection Improvements May 2015 Page 135 1 SPECIAL PROVISIONS The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shall measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. ' 8-20.3(14)E Signal Standards Section 8-20.3(14)E is supplemented with the following: ' (December 18, 2009 City of Federal Way) Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be 9 Po 7 Y eY stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. ' Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material 1 requirements of Section 9-29.25 of the Standard Specifications. Terminal cabinets shall be installed at a minimum height of 8 feet above the ground level. Add the following new Sections: 8-20.3(14)F Emergency Vehicle Preemption Detectors (December 18, 2009 City of Federal Way) Emergency Vehicle Preemption detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead-in cable back to the controller shall be GTT detector 138 cable and shall have no splices. All lead-in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. 8-20.3(14)G Video Camera Detectors (December 18, 2009 City of Federal Way) The video camera shall be installed consistent with the manufacturer recommendations. 1 Controller cabinet equipment shall be installed in the cabinet when cabinet testing is performed. 1 City of Federal Way 1"Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 136 SPECIAL PROVISIONS ' (******) Cameras shall be located approximately as noted on the Plans; however, the locations shall be field adjusted as directed by the Engineer and equipment manufacturer for maximum coverage. • Cameras shall be mounted at a sufficient height to prevent occlusion from cross traffic. The Contractor shall notify the Engineer 48 hours in advance of changes that will require Contracting Agency staff to reprogram cameras. The Contractor shall be responsible for any damage to the video detection equipment. 8-20.3(14)H Pedestrian Push Button Assembly ****** The Contractor shall provide and field-install the APS style pedestrian push buttons and associated signs on the signal pole. The position of the pedestrian push buttons shall be located as shown on the Plans; Ihowever, final positioning for optimum effectiveness shall be approved by the Engineer prior to drilling. I 8-20.3(17) "As Built"Plans Section 8-21.3(17) is deleted and replaced with the following: ' (******) Upon completion of the project, the Contractor shall furnish an "as-built" drawing of the ' project showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have ' been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6") vertically above or below the finished surface grade. • 8-20.4 Measurement ' Section 8-20.4 is replaced with the following: (******) "Traffic Signal System — 1st Avenue S & S 328th Street, Complete", "Illumination System, Complete"and"Interconnect System, Complete"shall be per lump sum and no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished. 1 City of Federal Way 1th Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 137 1 SPECIAL PROVISIONS • 8-20.5 Payment Section 8-20.5 is deleted and replaced with the following: (******) Payment will be made in accordance with Section 1-04.1 for each of the following Bid Items: "Traffic Signal System — 1st Avenue S&S 328th Street, Complete", per lump sum "Illumination System, Complete",Com lete" er lump , P P sum "Interconnect System, Complete", per lump sum. , The lump sum price for 'Traffic Signal System - , Complete" shall be measured per lump sum for the total of all items for a complete traffic signal system. All items and labor necessary to supply, install, and test the signal poles, foundations, electrical service cabinet, battery backup system, signal controller cabinet and controller, signal/service/battery backup system foundation(s), vehicular and pedestrian signal heads, I APS pedestrian pushbuttons, emergency vehicle preemption, vehicle detection system, connections with existing conduit and junction boxes, mast arm and pole mounted traffic signs, relocation of existing communications and surveillance equipment, conduit, wiring, junction boxes, excavation, backfill, directional boring, restoring facilities destroyed or damaged during construction, salvaging existing materials, as-built plans and all other components necessary to make a complete traffic signal system shall be included within the lump sum measurement. Luminaires and luminaire arms positioned on signal poles will be considered a part of the traffic signal system lump sum measurement. Removal of an existing signal system or existing signal components shall be induded within the lump sum ' measurement. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum measurement. All , I painting of components shall be considered incidental to the lump sum measurement. "Illumination System, Complete"shall be measured per lump sum for the total of all items for complete illumination system. All items and labor necessary to supply, install, and test the: luminaire poles and arms, LED luminaires, foundations, conduit, junction boxes, connections with existing conduit and junction boxes, adjusting junction boxes to grade, excavation, backfilling, directional boring, restoring facilities destroyed or damaged during construction, removal of existing PSE owned luminaires, poles and associated equipment/wiring, salvaging existing materials, testing, as-built plans and all other components necessary to make a complete system shall be included within the lump sum I measurement. All painting of components shall be considered incidental to the lump sum measurement. LED luminaires on signal poles will be paid for under the intersection Traffic Signal System bid item. , 1 City of Federal Way 13f Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 138 SPECIAL PROVISIONS ' The lump sum price for "Interconnect System, Complete" shall be measured per lump sum for the total of all items for a complete system. All items and labor necessary to supply, ' install, and test the conduit, copper interconnect cable, copper splices, copper termination panels, junction boxes, cable vaults, connections with signal controllers, connections with existing conduit, connections with existing interconnect systems, pull rope, plugs, ' disconnecting existing connections, removing and re-feeding existing copper interconnect cable, restoring facilities destroyed or damaged during construction, salvaging existing materials, as-built plans, coordinating with City staff, and all other components necessary to make a complete interconnect communication system shall be included within the lump ' sum measurement. Conduit for the Interconnect System shall be installed in the Illumination System and/or Signal System trench and no additional payment will be made for excavation or backfill associated with the interconnect system. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. ' Coordination with communication connections with Comcast, Century Unk, or other C st, ry , communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All potholing associated with the bid items herein shall be considered incidental to the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items induded in this section and no additional compensation will be made. ' Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. ' 8-21 PERMANENT SIGNING 8-21.1 Description Section 8-21.1 is deleted-and replaced with the following: ' • (March 13, 2012 City of Federal Way) This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to ' be removed as shown on the Plans, shall be returned to the Owner. City of Federal Way 13`Avenue S at S 328'"Street Special Provisions ' Intersection Improvements May 2015 Page 139 1 SPECIAL PROVISIONS 8-21.3 Construction Requirements 8-21.3(2) Placement of Signs 1 Section 8-21.3(2) is supplemented with the following: (December 18, 2009 City of Federal Way) ' The City of Federal Way, 253-835-2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and I relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. I 8-21.3(5) Sign Relocation Section 8-21.3(5) is supplemented with the following: O PP 9 (December 18, 2009 City of Federal Way) ' King County METRO and/or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at 206-684-2732 or Pierce Transit at 253-581-8130 to coordinate sign work 1 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8-21.4 Measurement ' Section 8-21.4 is deleted and replaced with the following: , (December 18, 2009 City of Federal Way) Permanent signing will be measured per lump sum for the total of all items for complete signage to be furnished and installed. Measurement will be for the sum total of all items including labor, materials, tools, and equipment necessary to the furnishing and installing permanent signing, sign removal, and sign relocation. Sign covering shall be incidental to other bid items and shall not be measured. , 8-21.5 Payment Section 8-21.5 is deleted and replaced with the following: , (December 13, 2012 City of Federal Way) Payment will be made in accordance with Section 1-04.1 for each of the following Bid Items: "Permanent Signing", per lump sum. ' 1 City of Federal Way 1s`Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 140 SPECIAL PROVISIONS ' The lump sum bid price in the Proposal will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to installing and removing all types Iof signs as shown on the plans and returning to the Owner. All costs for furnishing and installing signs on traffic signal mast arm poles shall be included in the lump sum bid price for `Traffic Signal System — 1st Avenue S & S 328th Street, I Complete': • 8-22 PAVEMENT MARKING 8-22.1 Description ISection 8-22.1 is supplemented with the following: (December 18, 2009 City of Federal Way) ' Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-01. I 8-22.2 Materials Section 8-22.2 Sentence #3 is deleted and replaced with the following: ' (October 23, 2014 City of Federal Way) Glass beads for Type A plastic shall be as recommended by the manufacturer. ISection 8-22.2 is supplemented with the following: I (October 23, 2014 City of Federal Way) Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9- 34.4. ' 8-22.3 Construction Requirements 8-22.3(3)E Installation Section 8-22.3(3)E is suppleme n ted wi th the following: IProfiled Type D lines shall be installed per WSDOT Standard Plan M20.20-01. 8-22.3(3)G Glass Beads ' Section 8-22.3(3)G is supplemented with the following: ' (March 13, 2012 City of Federal Way) Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. ' Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. City of Federal Way 1°t Avenue S at S 328'"Street Special Provisions ' Intersection Improvements May 2015 Page 141 SPECIAL PROVISIONS 8-22.3(6) Removal of Pavement Markings Section 8-22.3(6) is supplemented with the following: ' (December 13, 2012 City of Federal Way) As indicated on the plans, the Contractor shall remove existing pavement markings consisting of paint, plastic and raised pavement markings. ' 8-22.4 Measurement 8-22. is supplemented with following: Section 8-22.4 s supple a ted th the lowing: (December 13, 2012 City of Federal Way) , Measurement for the removal of all pavement markings will be per lump sum. 8-22.5 Payment ' Section 8-22.5 is replaced with the following: (******) '. Payment will be made in accordance with Section 1-04.1 for each of the following Bid Items: "Removing Pavement Markings,"per lump sum. "Paint Line,"per linear foot. ' "Plastic Stop Line Type A,"per linear foot. "Plastic Line Type D,"per linear foot. "Plastic Wide Line Type D,"per linear foot. ' "Plastic Traffic Arrow Type A,"per each. "Plastic Crosswalk Line Type A,"per square foot. The lump sum bid price in the Proposal will be full compensation for the costs of all labor, 'II tools, equipment, and materials necessary or incidental to installing and removing all types of signs as shown on the plans and returning to the Owner. 1 8-24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8-24.1 Description ' Section 8-24.1 is supplemented with the following: (******) City of Federal Way 1 x Avenue S at S 3281 Street Special Provisions intersection improvements May 2015 I Page 142 1 SPECIAL PROVISIONS IThis work shall consist of providing materials and constructing block walls where shown on the Plans per manufacturer's recommendations. 1 8-24.2 Materials Section 8-24.2 is supplemented with the following: (******) Modular concrete blocks facing units shall be Keystone Standard, straight face, or approved equal. Compact units will not be approved for substitution. Color shall be concrete grey. End blocks shall be used on all exposed ends of walls. ' Anti-graffiti Coating Anti-graffiti coating shall be a non-sacrificial, clear, UV stable, anti-graffiti sealer suitable for vertical and horizontal concrete and rough stone surfaces and shall have the following characteristics: Meet or exceed ASTM D6578 Graffiti test Non-reactive, zero VOC, AQMD, and CARB compliant ' Allow moisture vapor to escape while not allowing moisture to penetrate Submit product data and manufacturer for Anti-graffiti coating to the Engineer for approval at least 14 calendar days prior to beginning of construction. Concrete Block Faced Earth Wall Materials General Materials Concrete Block ' Acceptability of the blocks will be determined based on the following: 1. Visual inspection. I2. Compressive strength tests, conforming to Section 6-13.3(4). 3. Water absorption tests, conforming to Section 6-13.3(4). • 4. Manufacturer's Certificate of Compliance in accordance with Section 1-06.3. 5. Freeze-thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). ' 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28-day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for ' this project. City of Federal Way 1 Avenue S at S 32e Street Special Provisions Intersection Improvements May 2015 Page 143 1 SPECIAL PROVISIONS Mortar Mortar shall conform to ASTM C 270, Type S, with an integral waterrepellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. ' Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non-woven geosynthetic conforming to the requirements in Section 9-33.2(1), for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Backfill for Concrete Earth Wall - Block Faced , All backfill material for the Concrete Block Faced Earth Wall shall be free draining, free from organic or otherwise deleterious material Backfill material shall conform to Section 9- 03.14(1), except that the maximum particle size for walls shall not exceed 1-1/4 inches. Proprietary Materials KeySystem I Wall Block alignment pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Block connector pins shall conform to AASHTO M 32, and shall be galvanized after fabrication in accordance with AASHTO M 111. 8-24.4 Measurement Section 8-24.4 is supplemented with the following: pp 9 (******) 1 "Modular Block Wall" will be measured by the square foot of completed wall in place, finished face. The vertical limits will be: bottom limit will be the top of the leveling pad, and the top limit will be the top of the wall, including the wall cap unit. The horizontal limits for measurement are from the end of the wall to the end of the wall. Backfill for earth wall will not be measured. , 8-24.5 Payment Section 8-24.5 is supplemented with the following: (******) "Modular Block Wall,"per square foot. Included in the unit bid price shall be concrete block units, concrete cap units, anti-graffiti coating, backfill for wall, and all miscellaneous connectors, labor, tools and equipment necessary to satisfactorily complete the work. Work elements may included, but not 1 City of Federal Way 1s`Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 144 SPECIAL PROVISIONS necessarily be limited to, structure excavation incl. haul, CSBC foundation, compaction, unit core fill, drain rock, perforated pipe, geotextile, and developing an approved, Contractor- "! provided design. Add the following new section: 8-31 RESOLUTION OF UTILITY CONFLICTS I 8-31.1 Description (******) This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency 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. 8-31.3 Construction Requirements (******) The contracting agency 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 I 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 CSBC compacted to 95%, or with CDF, as directed by the t 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 a. 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: i. 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. ii. 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 1 City of Federal Way 1"Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 145 1 SPECIAL PROVISIONS unit contract prices shall not be identified as force account work. This work , includes but is not limited to: a. Storm drainage manhole, pipe, vault, and conduit realignments of line and/or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b. Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. 8-31.4 Vacant 8-31.5 Payment (******) Payment will be made in accordance with Section 1-04.1 for the following bid items when induded in the proposal: "Resolution of Utility Conflicts" will be paid by force account as provided in section 1-09.6. "Potholing", will be paid by force account as provided in Section 1-09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in 9 tY po e 9 P Y accordance with section 1-09.6. To provide a common proposal for all bidders, the Contracting Agency 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 i City of Federal Way 1"Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 146 SPECIAL PROVISIONS DIVISION 9 MATERIALS 9-03 AGGREGATES I 9-03.12 Gravel Backfill I 9-03.12(6) Pit Run Sand Section 9-03.12(6) is a new section: ' (******) Sieve Size Percent Passing 3/8"square 100 ' U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow Section 9-03.14(3) is modified with the following requirements: 1 ****** ( ) 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 Co ntractor is responsible for protecting the material from excess moisture wherever/whenever possible. I 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. ' City of Federal Way 1th Avenue S at S 328'"Street Special Provisions ' Intersection Improvements May 2015 Page 147 SPECIAL PROVISIONS U.S. No 200 25 max. ' For geosynthetic reinforced walls or slopes, 100percent passing 1%-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 I soil mass together to form a stable surface when heavy construction equipment is operated on its surface. 9-14 EROSION CONTROL AND ROADSIDE PLANTING ' 9-14.1(1) Topsoil Type A Section 9-14.1(1) is supplemented with the following: (******) 1 Topsoil Type A shall meet the following: Sand: greater than 0.05 mm to less than 2mm - maximum of 60% , Silt: greater than 0.002 mm to less than 0.05 mm - maximum of 35%1 Clay: less than 0.002 mm - maximum of 15%1 , Organic Content: Percent of dry weight- 8 to 12% Acidity (Ph) - 6.0 to 7.0 1 Clay and Silt combined - no greater than 40% The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. , 9-14.6 Plant Materials 9-14.6(2) Quality , Section 9-14.6(2) is supplemented with the following: (******) Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. ' Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. • Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump) trees. Trees shall have full crowns and balanced branching. City of Federal Way 1s`Avenue S at S 328`"Street Special Provisions Intersection Improvements May 2015 Pace 148 SPECIAL PROVISIONS 1 . Measurements of tree caliper, branching, grading, quality, balling and burlapping shall I 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. 9-14.6(3) Handling and Shipping ISection 9-14.6(3) is supplemented with the following: (******) ' All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect 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. I 9-14.6(4) Tagging Section 9-14.6(4) is supplemented with the following: ' (******) All plant material except ground cover shall be legibly tagged. Tagging may be by specie or ' variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9-14.6(5) Inspection Section 9-14.6(5) is supplemented with the following: ' (******) 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. I 9-14.6(7) Temporary Storage Section 9-14.6(7) is supplemented with the following: (******) Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root ' material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. ' City of Federal Way Avenue S at S 328`h Street Special Provisions ' Intersection Improvements May 2015 Page 149 i SPECIAL PROVISIONS 1 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. ' 9-14.6(8) Sod Section 9-14.6(8) is supplemented with the following: ' (******) Sod Lawn shall be JB Pacific Northwest Sod, 60% Perennial R Y e 9 rasses 40% Fine Fescue with degradable netting, or approved equal. 9-21 RAISED PAVEMENT MARKERS(RPM) 9-21.2(1) Physical Properties Section 9-21.2(1) is supplemented with the following: (March 13, 2012 City of Federal Way) Type 2 raised pavement markers shall NOT be ceramic. 9-28 SIGNING MATERIALS AND FABRICATION ' 9-28.1 General , Section 9-21.2(1) is modified as follows: Paragraph three is deleted and replaced with the following: , (January 8, 2013 City of Federal Way) All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white-silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the I Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. City of Federal Way 1't Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 150 SPECIAL PROVISIONS 1 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. I9-28.2 Manufacturer's Identification and Date ISection 9-28.2 is deleted and replaced with the following: (October 23, 2014 City of Federal Way) tY Y) All signs shall show the manufacturer's name and date of manufacture on the back. ' 9-28.8 Sheet Aluminum Signs ISection 9-28.8 table is deleted and replaced with the following: (January 8, 2013 City of Federal Way) ' Maximum Dimension Blank Thickness I Less than 30 inches 0.080 inches • Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: ' (January 8, 2013 City of Federal Way) 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. 1 City of Federal Way Y 1st Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 151 1 SPECIAL PROVISIONS 1 9-28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 City of Federal Way) , Section 9-28.9 is deleted in its entirety. 9-28.14 Sign Support Structures Section 9-28.14 is supplemented with the following: , (December 18, 2009 City of Federal Way) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. 9-28.14(1) Timber Sign Posts • Section 9-28.14(1) is supplemented with the following: (December 18, 2009 City of Federal Way) All ground-mounted sign posts shall use pressure treated hem-fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches I below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two-way plumb. 9-28.14(2) Steel Structures and Posts Section 9-28.14(2) is supplemented with the following: (December 18, 2009 City of Federal Way) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices a nd ma ny are sole-source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support rt Type Manufacturer Type TP-A&TP-B Transpo Industries, Inc. Type PL, PL-T&PL-U Northwest Pipe Co. Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, &ST 4 Ultimate Highway Products, Allied Tube &Conduit, Inc., Northwest Pipe, Inc. Type SB-1, SB-2, &SB-3 Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated„ Northwest Pipe, Inc. City of Federal Way 1st Avenue S at S 328"'Street Special Provisions Intersection Improvements May 2015 Page 152 SPECIAL PROVISIONS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL ' 9-29.1 Conduit, Innerduct, and Outerduct ISection 9-29.1 is supplemented with the following: (June 5, 2000 WSDOT NWR) Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. ' Steel conduit entering concrete shall be wrapped in 2-inch-wide pipe wrap tape with a minimum 1-inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. ' (October 23, 2014 City of Federal Way) Fiber optic cable conduit shall be supplied as a system from a single manufacturer ' providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Section 9-29.1(1) is supplemented with the following: I (August 10, 2009 WSDOT NWR) Conduit Sealing ' Mechanical plugs for cabinet conduit sealing shall be one of the following: 5. Tyco Electronics -TDUX 6. Jackmoon —Triplex Duct Plugs ' 7. O-Z Gedney—Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. ' 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances ISection 9-29.1(2) is supplemented with the following: (August 10, 2009 WSDOT NWR) Conduit Coatings ' Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) I Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 1 ' City of Federal Way S at S 328"' Street Special Provisions ' Intersection Improvements May 2015 Page 153 SPECIAL PROVISIONS 1 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes 9-29.2(1)A Standard Duty Junction Boxes Section 9-29.2(1) is supplemented with the following: (January 21, 2011 WSDOT NWR) Concrete Junction Boxes The Non-slip lid and frame shall be made of the following material: • Non-slip lid ASTM A36 flat steel • Non-slip frame ASTM A36 flat steel Both the non-slip lid and non-slip frame shall be treated with Mebaci (their most aggressive surface) as manufactured by IKG industries, or SIipNOT Grade 3-coarse as manufactured by W.S. Molnar Co. The non-slip lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("Ml" for Mebac 1; or "S3"for SlipNot3) and the year of manufacturer. The permanent marking shall be 1/8 inch line thickness formed by engraving, stamping or with a stainless steel weld bead. 9-29.2(2)A Small Cable Vaults, Standard Du ty Cable V aults, and Standard Duty Pull Boxes Section 9-29.2(2)A is supplemented with the following: pp 9 anu 2011 WSDOT NWR) ary 21, 0 11 SDO R) Cable Vaults and Pull Boxes All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults and Pull Boxes I steel frame, lid support and lid shall be hot-dip galvanized. The Non-slip lid and frame shall be made of the following material: • Non-slip lid ASTM A36 flat steel 1 • Non-slip frame ASTM A36 flat steel Both the non-slip lid and non-slip frame shall be treated with Mebac1 (their most aggressive surface) as manufactured by IKG industries, or SIipNOT Grade 3-coarse as I manufactured by W.S. Molnar Co. The non-slip lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("Ml" for Mebac 1; or "S3"for SlipNot3) and the year of manufacturer. The permanent marking shall be 1/8 inch line thickness formed by engraving, stamping or with a stainless steel weld bead. (******) The fiber vaults are to be provided with a racking hardware package for cable storage and mounting of the splice case. The vault cover shall have a bolt-down, non-skid surface (meeting the requirements stated herein) and a ground strap. ' Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: 1. Be made of two injection-molded high-density thermoplastic shells, be 22 inches in length and 6 inches in diameter, and have capacity to store up to four splice trays. ' City of Federal Way 1s'Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 154 SPECIAL PROVISIONS I • 2. Each splice case shall have two end plates; one end plate shall have no ports, the other endplate shall consist of a three section end plate with six ports - two 3/4- inch ports and four 7/8-inch ports. Each unused port shall have a grommet installed. The end plates shall be durable glass-filled high-density thermoplastic shells. ' 3. The splice enclosure shall be suitable for outdoor applications with a temperature range of-10°C to 60°C. 4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable ' without exceeding the cable minimum bending radius. 5. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. ' 6. The enclosure shall be waterproof, re-enterable and shall have a neoprene gasket sealing system to prevent water from entering. 7. The enclosure shall permit selective splicing to allow one or more fibers to be cut ' and spliced without disrupting other fibers. 8. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. ' 9. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. • 9-29.3 Fiber Optic Cable, Electrical Conductors and Cable ISection 9-29.3 is supplemented with the following: (December 13, 2012 City of Federal Way) ' Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufacturer's recommendations. 9-29.3(1)A Singlemode Fiber Optic Cable Section 9-29.3(1)A is supplemented with the following: (January 31, 2012 City of Federal Way) 1 Optical fiber shall meet the requirements of 1TU G652 and specifically meet 1TU G652.D Attributes. The fibers shall support the transmission of wavelengths for Coarse Wavelength Division Multiplexing (CWDM) as defined in ITU G694.2. ' Products shall meet or exceed the applicable provisions of the latest edition of the following documents: 1 1 ' City of Federal Way 1"Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 155 SPECIAL PROVISIONS 1 Document Title ANSI, C8.47-1983 American National Standard for Polyolefin-insulated I Thermoplastic Jacketed Communication Cables CFR 1755.900-RUS Code of Federal Regulations -Rural Utility Services Specification for Filled Fiber Optic Cables EJA-455-27A Electronic Industries Alliance, Method of Measuring (Uncoated) Diameter of Optical Waveguide Fibers EIA-455-28B Electronic Industries Alliance, Method For Measuring Tensile Failure Point of Optical Waveguide Fibers • EIA-455-34 Electronic Industries Alliance, Interconnection Device Insertion Loss Test EIA-455-95 Electronic Industries Alliance,Absolute Optical Power Test for , Optical Fibers and Cables EIA-455-103 Electronic Industries Alliance, Buffered Fiber Bend Test EIA-359-A-1 Electronic Industries Alliance, Special Colors 9-29.3(2)F Detector Loop Wire Section 9-29.3(2)F is deleted and replaced with the following: (October 5, 2009 WSDOT NWR) I Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to I IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket(PE tube). 9-29.3(2)H Three-Conductor Shielded Cable Section 9-29.3(2)H is supplemented with the following: (******) Lead-in cable back to the controller for emergency vehicle pre-emtion units shall be GTT detector 138 cable. 9-29.3(2)I Twisted Pair Communications Cable (October 23, 2014 City of Federal Way)Section 9-29.3(2)I is deleted in its entirety. See Section 8-20.3(8)A. 9-29.6 Light and Signal Standards Section 9-29.6 is supplemented with the following: (December 18, 2009 City of Federal Way) ( tY Y) City of Federal Way 1st Avenue S at S 328th Street Special Provisions Intersection Improvements May 2015 Page 156 SPECIAL PROVISIONS Light standards shall be tapered round aluminum tube C-wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3-39, except that ' luminaire mounting height shall be as shown on the Illumination Pole Schedule. (January 5, 2015 WSDOT GSP) Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and ' materials noted in the applicable Standard Plans, pre-approved plans, or special design plans. ' All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6-03.3(25)A Welding Inspection. Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm ASTM A 325 connecting bolts tightening shall comply with tSection 6-03.3(33). Traffic signal standard types and applicable characteristics are as follows: ' Type PPB Pedestrian push button posts shall conform to Standard Plan.J- 20.10 or to one of the following pre-approved plans: Fabricator Drawing No. Northwest Signal NWS 3565 ' Supply Inc. Valmont Ind. Inc. DB00655 Rev. K Sheet's 1, 2&3 of 3 ' Ameron Pole WA10TR-1 Rev. F and Prod. Div. WAPPBPBA Rev. B Union Metal Corp. TA-10035 Rev. R8 ' Sht. 1 West Coast ' Engineering Group WSDOT-PP-01 Rev. 1 KW Industries 10-200-PED-1 Rev. 9, Sheets 1, 2 and 3 1 City of Federal Way m 1th Avenue S at S 328 Street Special Provisions Intersection Improvements May 2015 Page 157 SPECIAL PROVISIONS I Type PS Pedestrian signal standards shall conform to Standard Plan J-20.16 or to one of the following pre-approved plans: Fabricator Drawing No. Northwest Signal NWS 3540 Rev. 4 and Supply Inc. NWS 3540B Rev. 4 1 Valmont Ind. Inc. DB00655 Rev. K Sht. 1, 2 &3of3 I Ameron Pole WA10TR-1 Rev. F and Prod. Div. WA10TR-2 Rev. C ' Union Metal Corp. TA-10025 Rev. R18 Sht. 1 &2 , West Coast Engineering Group WSDOT-PP-02 Rev. 1 American Pole WS-PP-03 Rev. 1D Structures, Inc. KW Industries 10-200-PED-1 Rev. 9, Sheets 1,2 and 3 Type I Type I vehicle signal standards shall conform to Standard Plan J- 21.15 or to one of the following pre-approved plans: Fabricator Drawing No. Northwest Signal NWS 3540 Rev. 4 and Supply Inc. NWS 3540B Rev. 4 1 Valmont Ind. Inc. DB00655 Rev. K Sht. 1 2 &3 of 3 Ameron Pole WA10TR-1 Rev. F and Prod. Div WA10TR-2 Rev. C Union Metal Corp. TA-10025 Rev. R18 Sht. 1 &2 West Coast Engineering Group WSDOT-PP-02 Rev. 1 American Pole WS-PP-03 Rev. 1D I Structures, Inc. KW Industries 10-200-PED-1 ' Rev. 9, Sheets 1; 2 and 3 City of Federal Way Y 1"Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 158 SPECIAL PROVISIONS 1 Type FB Type FB flashing beacon standard shall conform to Standard Plan J- 21.16 or the following pre-approved plan: ' Fabricator Drawing No. Union Metal Corp 50200-B58 Rev. R7 ' Sht. 1 &2 Valmont Ind. Inc. DB00655 Rev. K ISht. 12 & 3of3 Ameron Pole WA10TR-1 Rev. F and ' Prod. Div. WA10TR-2 Rev. C Northwest Signal NWS 3540 Rev. 4 and ISupply, Inc. NWS 3540B Rev. 4 KW Industries 10-200-PED-1 Rev. 9, Sheets 1, 2 and 3 ' Type RM Type RM ramp meter standard shall conform to Standard Plan J- 22.15 or the following pre-approved plan: Fabricator Drawing No. Union Metal Corp 50200-B58 Rev. R7 ' Sht. 1 &2 Valmont Ind. Inc. DB00655 Rev. K ' Sht. 12&3of3 Ameron Pole WA1OTR-1 Rev. F and Prod. Div. WA10TR-2 Rev. C Northwest Signal NWS 3540 Rev. 4 and Supply, Inc. NWS 3540B Rev. 4 KW Industries 10-200-PED-1 Rev. 9, Sheets 1, 2 and 3 Type CCTV Type CCTV camera pole standards shall conform to one of the following pre-approved Plans: Fabricator Drawing No, Valmont Industries, Inc. DB 00759 Rev. L Ameron Pole Product Div. W6CCTV1 Rev F & W6CCTV2 Rev A ' West Coast Engineering Group AP-WSDOT CP-01-Rev 3 City American Pole Structures, LLC WS-CP-01 Rev. 1C C of Federal Way 1 om Avenue S at S 328th Street Special Provisions Intersection Improvements Page 159 May 2015 ' 1 SPECIAL PROVISIONS 1 Sht. 1 &2 Union Metal Corporation Drawing No. P33-B318, R11.1, Sheets 1, 2 of 2 Union Metal Corporation Drawing No. P33-B323, Rev. 3 Sheets 1, 2 of 2 Northwest Signal Su PP I Y,Inc. Drawing No. NWS 3545 (For Type CCTV) Rev. 1 KW Industries Drawing No. 10-200-CAM-1 ' Rev. 9, Sheets 1 and 2 Type II Characteristics: , Luminaire mounting height N.A. Luminaire arms N.A. Luminaire arm length N.A. Signal arms One Only Type II standards shall conform to one of the following pre-approved , plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator-(x) (y) (z) Drawing No. ,. 65 ft. Valmont Ind. Inc.-(2894) DB00625-Rev.R, Shts. 1, 2,3 &4 ' 65 ft. Union Metal Corp. (2900) 71026-B86 Rev. R11, Shts. 1, 2, & 3 of 3 ' 65 ft. Ameron Pole-(2900) W3724-1 Rev. J & Prod. Div. W3724-2 Rev.G 65 ft. Northwest Signal-(2802) NWS 3500 Rev. 4 Supply Inc. or NWS 3500B Rev. 4 ' 45 ft. American Pole(1875) WS-T2-L Rev. 8 Structures, Inc. Sheet 1 &2 of 2 , 65 ft. American Pole(2913) WS-T2-H Rev. 8 Structures, Inc. Sheets 1 &2 of 2 65 ft. KW Industries 10-200-TSP-4 Rev. 5, Sheets 1, 2, and 3 ' 65 ft West Coast WSDOT-TS-01 Rev. 3 Engineering Group Sheets 1, 2, and 3 City of Federal Way 1"Avenue S at S 328'"Street Special Provisions Intersection Improvements May 2015 Page 160 I SPECIAL PROVISIONS I 65 ft. Maico WSDOTMA Rev. 3 IIndustries (2894) Sheets 1, 2 and 3 Type III Characteristics: ILuminaire mounting height 30 ft., 35 ft., I 40 ft., or 50 ft. Luminaire arms One Only I Luminaire arm type Type 1 Luminaire arm length (max.) 16 ft. Signal arms One Only IType III standards shall conform to one of the following pre-approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are Inoted after fabricator.