Loading...
AG 15-151RETURN TO: MERCEDES EXT: 2701 m- taa6) • CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / `/ •j �f J 2. ORIGINATING STAFF PERSON: J 4414L91 EXT: Z / j 1 3. DATE REQ. BY: 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 ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE XCONTRACT AMENDMENT (AG #): 16-151 ❑ OTHER 5 ( IE;WIP.rri-- � /1 5. PROJECT NAME: 5 Sg.1 `- s� V ' t a kbr ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 6. NAME OF CONTRACTOR: ADDRESS: E -MAIL: SIGNATURE NAME: 14 044-et 7IAL� c TELEPHONE:26 62j 71a FAX: 3 ����f �• "��2M.I TITLE: 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # 8. TERM: COMMENCEMENT DATE: ND ,EXP./ / COMPLETION DATE: /V 9. TOTAL COMPENSATION: $ N £ e Giane/ (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR C GE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES �, r❑ NOI,F'YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY IV ❑ PURCHASING: PLEASE CHARGE TO: ND C I vt _' 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER DEPUTY DIRECTOR DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) )CILAW DEPT INITIAL / DATE REVIEWED INITIAL / DATE APPROVED 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 12. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR ❑ ATTACH: SIGNATURE AUTHORITY, ❑ LAW DEPT ❑ CHIEF OF STAFF SIGNATORY (MAYOR OR CITY CLERK XL ASSIGNED AG # SIGNED COPY RETURNED TURN ONE ORIGINAL DATE SENT: f l C INSURANCE CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED COMMENTS: EXECUTE 'o ORIGINALS DATE REC'D: ) 273 (U2 1/15 AG# 15 -151 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 2 May 18, 2016 CHANGE ORDER EFFECTIVE DATE NUMBER S 324th St Preservation Project PROJECT TITLE Tucci and Sons, Inc. CONTRACTOR SUMMARY OF PROPOSED CHANGES: Change Order No. 2 provides a new bid item 56 —CO #2 — Cement Conc. Curb Ramp Type 1 Parallel and moves $8,315.44 from BI 11 — Roadside Cleanup to the new BI 56 -CO #2. There will be no additional costs for transferring $8,315.44 from BI 11 to BI 56 -CO #2. The new bid item will be shown as follows: Contract Bid Item Item Description Quantity Unit Unit Price Total 11 Roadside Cleanup 1 FA $5,000.00 $11,316.39 New Contract Bid Item and Total Cost After Transferred 11 Roadside Cleanup 1 FA $5,000.00 $3,000.95 56 — CO #2 Cement Conc. Curb Ramp Type 1 Parallel 1 FA $8,315.44 $8,315.44 The total contract amount does not increase by this change and the change included in this change order will not affect the critical path schedule for this project; therefore, no working days will be added to the project per this change order. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased. 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? If "Yes" Will the Policies Be Extended? ❑ Yes ®No ❑ Yes ❑ No STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding at all materials, workmanship and measurements shall be in accordance with the provisions . he st'radar. s. - . ; ications, the contract plans, and the special Rrovisions governing the types r .nstru Michael F. Tucci, President TUCCI &SONS, INC. CHANGE ORDER AGREEMENT PW DIR: CTOR'S SIGNAT ' E 1 42A (c. DATE 1/15 DEPARTMENT RECAP TO DATE: *Adjustments: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY $ 649,845.54 $ 9,263.45 $ 0.00 $ 659,108.99 INCREASED $ ❑ DECREASED $ PAY S ADJU AMOUNT: $ ■ PW 1 RECTOR'S SIGNATURE CHANGE ORDER AGREEMENT 2 1/15 RETURN TO: Rela4514,1 EXT: 1 1D CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: JEFF HUYNH EXT: 2721 3. DATE REQ. BY: 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 t$ CONTRACT AMENDMENT (AG #):15 -151 ❑ INTERLOCAL ❑ OTHER 5. PROJECT NAME: S 324TH ST PRESERVATION PROJECT 6. NAME OF CONTRACTOR: TUCCI AND SONS, INC. ADDRESS: 4224 WALLER ROAD, TACOMA, WA98443 E -MAIL: SIGNATURE NAME: MICHAEL F. TUCCI TELEPHONE: (253) 922 -6676 FAx: (253) 922 -2676 TITLE: PRESIDENT 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 07- 101471 BL, EXP. 12/31/15 uBI #278021315 , EXP. 3/31/2016 8. TERM: COMMENCEMENT DATE: 1 1 COMPLETION DATE: 16 V V Ork'1 i ri I 1LWIs 9. TOTAL COMPENSATION: $ 659,108.99 6041 J1 34S.64÷14.3145 (INCLUDE EXPENSES AND SALES TAX, IF ANY) V (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY p0 PURCHASING: PLEASE CHARGE To: 306- 4400 - 197 - 595 -64 -650 10. DOCUMENT / CONTRACT REVIEW X PROJECT MANAGER $DIVISION MANAGER ❑ DEPUTY DIRECTOR *DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) $LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) 12. CONTRACT SIGNATURE ROUTING XSENT TO VENDOR/CONTRACTOR ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE INITIAL / DATE REVIEWED INITIAL / DATE APPROVED -1 wi s%1,1, i COMMITTEE APPROVAL DATE: ❑ LAW DEPT ❑ CHIEF OF STAFF X SIGNATORY (MAYOR ❑ CITY CLERK ASSIGNED AG # ❑ SIGNED COPY RETURNED RETURN ONE ORIGINAL COMMENTS' EXECUTE " ` ORIGINALS COUNCIL APPROVAL DATE: DATE SENT: ' al a i l i DATE REC' D: 1 / /it 11(12 CERTIFICATE, LICENSES, EXHIBITS INITIAL / DATE SIGNED DATE SENT: 115 1 b 1 /15 AG #: 15 -151 PROJECT NUMBER CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 1 December 16, 2015 CHANGE ORDER EFFECTIVE DATE NUMBER S 324th Street Preservation Project (Pacific Hwy S to S 322nd St) - STPUL- 1022(003) PROJECT TITLE CONTRACTOR Tucci and Sons, Inc. SUMMARY OF PROPOSED CHANGES: This Change Order No. 1 covers removal of the existing Raised Pavement Markers (RPMs), installation of Temporary Pavement Marker, installation of Detectable Warning Surface and installation of Tubular Markers that were not shown on the plans as summarized below: 1. The Contractor will remove existing Raised Pavement Markers prior to overlay S 324th St. The total quantity is 487 RPMs. The removal of existing RPMs will be paid under the new Bid Item 53, Removal of Existing Raised Pavement Marker at the agreed upon unit cost of $175.00 per hundred. 2. The Contractor will install Temporary Pavement Marking on S 324th St after existing pavement markers removed by grinding operation. The total quantity is 17,912 linear foot. The installation of Temporary Pavement Marking will be paid under the new Bid Item 54, Temporary Pavement Marking at the agreed upon unit cost of $0.10 per linear foot. 3. The Contractor will install additional Detectable Warning Surface at the two Refuge Islands on S 324th St at Station 6 +00 and Station 18 +37. The total quantity is 104 square feet. The installation of Detectable Warning Surface will be paid under the new Bid Item 55, Detectable Warning Surface at the agreed upon unit cost of $55.00 per SF. 4. The Contractor will install Tubular Marker at the two refuge islands on S 324th St. The total quantity is 9 tubular markers. The installation of Tubular Marker will be paid under the new Bid Item 56, Tubular Marker at the agreed upon unit cost of $100.00 per each. Changes to the Bid Schedule — S 324th Street Preservation Project 1. Add new Bid Item 53 — Removal of Existing RPMs. This item will be paid for at the agreed upon unit cost of $175.00 per Hundred for 487 RPMs. The cost associated with this change is $852.25. 2. Add new Bid Item 54 — Temporary Pavement Marking. This item will be paid for at the agreed upon unit cost of $0.10 per linear foot for 17,912 feet. The cost associated with this change is $1,791.20. 3. Add New Bid Item 55 — Detectable Warning Surface. This item will be paid for at the agreed unit cost of $55.00 per Square Foot for 104 SF. The cost associated with this change is $5,720.00. 4. Add New Bid Item 56 — Tubular Markers. This item will be paid for at the agreed upon unit cost of $100.00 per each for 9 Tubular Marker. The cost associated with this change is $900.00. The total net adjustment to the amount paid under the contract is an increase of $9,263.45 Change Order No. 1 continued — S 324th Preservation Project 2 of 2 Bid Item Description Existing Quantity Change Quantity Unit Unit Cost Change Item Total 53 Removal of Existing RPMs 0 4.87 HUND $175.00 $852.25 54 Temporary Pavement Marking 0 17,912 LF $0.10 $1,791.20 55 Detectable Warning Surface 0 104 SF $55.00 $5,720.00 56 Tubular Markers 0 9 EA $100.00 $900.00 Total this Change Order $9,263.45 The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased. 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 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. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 649,845.54 PREVIOUS CHANGE ORDERS $ 0.00 THIS CHANGE ORDER $ 9,263.45 NEW CONTRACT AMOUNT i Michael F Tucci President CON RACTOR'S SIGNATURE MARWA SALLOUM P.E., PUBLIC • RKS DIRECTOR \It lice SIGNATURE DATE $ 659,108.99 NS ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 12/31/2015 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 BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CONTACT Christine Maden NAME: PHONE 800 499 -0933 FAX 866.577.1326 (A/C, No, EA, 800 No): E-MAIL DSS: christine .maden @propelinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Zurich- American Insurance Compa 16535 INSURED Tucci & Sons Inc 4224 Waller Road Tacoma, WA 98443 INSURER B : Navigators Insurance Company 42307 INSURER C : AIG Specialty Insurance Company 26883 INSURER!) : $1,000,000 INSURER E : $300,000 INSURER F : $10,000 • REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. L RR TYPE OF INSURANCE INSR SUBR POLICY NUMBER (MM/DD/YYEYYY) (MM/LDDY/YEYYY) LIMITS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X x GL0399266912 01/01/2016 01/01/2017 EACH OCCURRENCE $1,000,000 PREMISES (EaEONCCTurDrence) $300,000 MED EXP (Any one person) $10,000 CLAIMS -MADE X OCCUR PERSONAL BADVINJURY $1,000,000 X PD Ded: $10,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP /OP AGG $2,000,000 GE 'L AGGREGATE POLICY LIMIT APPLIES JECT X PER: LOC $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS X X BAP399266812 - 01/01/2016 01/01/2017 (E° aocdeD SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ B x UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE X X SF16EXC720942IV 01/01/2016 01/01/2017 EACH OCCURRENCE $5,000,000 $5,000,000 AGGREGATE $ DED RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N / A (WA Stop Gap) GL0399266912 01/01/2016 01/01/2017 TVORYTLIMITS OTH- ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 C Pollution Liability CPO1671517 01/01/2016 01/01/2017 $1,000,000 Occurrence $1,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE S. 324th Street Preservation Project. City of Federal Way, its officers, officials, employees, volunteers, and agents are additional insured per the attached endorsements. CERTIFICATE HOLDER 1 CANCELLATION City of Federal Way 33325 8th Ave. South Federal Way, WA 98003 -6325 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1 of 1 #S2008855/M2008839 © 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD CLMOO This page has been left blank intentionally. GL0399266912 Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. 01/01/2016 01/01/2017 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Tucci & Sons Inc Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products - completed operations hazard ", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage ", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U -GL- 1175 -F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. GL0399266912 C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non - contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit ". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section 111 — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U -GL- 1175 -F CW (04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'l. Prem Retum Prem. GL0399266912 01/01/2016 01/01/2017 01/01/2016 $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925 -B CW (12/01) Page 1 of 1 This page has been left blank intentionally. Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds ": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident ", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is Tess. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident ", will apply on a primary and non - contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U -CA -424 -F CW (04 -14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss" to a covered "auto ", we will pay any unpaid amount due on the lease or loan for a covered "auto ", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the 'loss "; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424 -F CW (04 -14) Page 2 of 6 (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto "; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto "; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto ". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured "; and (2) In or on a covered "auto ". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto ". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi - precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss ". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section I11 — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss ". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss ". Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424 -F CW (04 -14) Page 3 of 6 K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos ", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident ", claim, "suit" or "loss ", you must give us or our authorized representative prompt notice of the "accident ", claim, "suit" or "loss ". However, these duties only apply when the "accident ", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U -CA -424 -F CW (04 -14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. agent, servant or employee of the "insured" to notify us of any "accident ", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit "; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident ", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss ", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto ". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U -CA -424 -F CW (04 -14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured ". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is retumed to use or we pay for its "loss" W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto ", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto ", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. Includes copyrighted material of Insurance Services Office, Inc., with its permission. U -CA -424 -F CW (04 -14) Page 6 of 6 RETURN TO: 5hot LA)r-A EXT: 2-705 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ST64 C if 2. ORIGINATING STAFF PERSON: ,jCFF H U 11%'"1 EXT: .27:).1 3. DATE REQ.BY: 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#): ❑ INTERLOCAL ❑ OTHER 5. PROJECT NAME: S 52L} 5 I:VATWN pi.).L)5-el- . 6. NAME OF C•NTRACTOR: i i ` 4 / e., • ADDRESS: it- 1 ledra. �G �1i.wL1L _ 1pp 7 •TELEPHONE:. l MAIL: FAX: SIGNATURE NAME: AittL ad Wl - - TITLE: 7. EXHIBITS AND ATTACHMENTS:❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIR LICENSES ❑D PRI R CONTRACT/AMENDMENTS CFW LICENSE#07-1014-71 BL,EXP. 12/31/ 16 UBI#QR7�J 3/. ,EXP. '3i-3// JfQ 8. TERM: COMMENCEMENT DATE: O COMPLETION DATE: ID/ /J� piing 9. TOTAL COMPENSATION:$ gk5 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LA�OR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY PURCHASING: PLEASE CHARGE TO:0C ""WOO 00 —1 `'7—5q5— 1 40 10. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED * PROJECT MANAGER . " ! 41 11-1-1/5:_i 116 X DIVISION MANAGER )-%./4-• 1-e/ /J/ 1 ❑ DEPUTY DIRECTOR Q ❑ DIRECTOR 7 2$ X RISK MANAGEMENT OF APPLICABLE) tt t5 x LAW DEPT (0/i / l 11. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: 7/ /16- COUNCIL APPROVAL DATE: 7/Z![l c:3— 12. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 7 f DATE RECD: �� ❑ ATTACH: SIGNATURE AUTHORITY,INSURANCE CERTIFICATE,LICENSES,EXHIBITS I AL/DATE SIGNED iN,Y,AW DEPT I/17//f ❑ CHIEF OF AFF 77/31 SIGNATO Y(MAYOR ) �kW CITY CLERK- t'ali k7I ' -213i ' ASSIGNED AG# AG• W�IW�I SIGNED COPY RETURNED DATE SENT: 1 i D!fl t RETURN eITTE ORIGINALS COMMENTS: NO EXECUTE "ORIGINALS . iTv :1 ; i ay. old ,(0✓�, (Nk 4 i1 i'l A • V5/ µ I{--f14 ` vC•B , Q 1 1 P vv- • A f e i`lr ( l u P e t ' u1 • 11/9 a ORIGINAL CONTRACT#1 41L ICITY OF Federal Way� I BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS ■ FOR ■ S 324T" STREET PRESERVATION PROJECT I RFB # 15-003 I STPUL-1022(003) I I City of Federal Way blic Works Department 33325 Eighth A venue South I Federal Way, WA 98003 of WA 117& Mailing Address: ;� City of Federal Way / Public Works Department 1 p , 9' a 33325 Eighth Avenue South I 9%, k ales � �o . Federal Way, WA 98003-6325 �crsT�R � I I wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be 2 dressed external to the splice. 3 4- The 14th-paragraph,-items 1.-4;-of this section are deleted and replaced-with-the--following:- 5 6 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 507 AC+Crosswalk 593-598 Rail Road Preemption 8 Phases 1 2 3 4 5 6 7 8 A B Emergency Orange (B+) 581 584 587 590 Vehicle Yellow (Call) 582 585 588 591 Preemption Blue (BB) 583 586 589 592 Vehicle Red 611 621 631 641 651 661 671 681 691 601 Heads Orange 612 622 632 642 652 662 672 682 692 602 Green 613 623 633 643 653 663 673 683 693 603 Black 614 624 634 644 654 664 674 684 694 604 White 616 626 636 646 656 666 676 686 696 606 (Common) Pedestrian Red (Hand) 711 721 731 741 751 761 771 781 791 701 Heads and Green (Man) 712 722 732 742 752 762 772 782 792 702 PPB White (Common 716 726 736 746 756 766 776 786 796 706 for Lights) Orange 714 724 734 744 754 764 774 784 794 704 (Push button) Black (Common 715 725 735 745 755 764 775 785 795 705 for Push button) Vehicle Loop 1 811 821 831 841 851 861 871 881 891 801 Detectors Loop 1 . 812 822 832 842 852 862 872 882 892 802 Loop 2 813 823 833 843 853 863 873 883 893 803 Loop 2 814 824 834 844 854 864 874 884 894 804 Loop 3 815 825 835 845 855 865 875 885 895 805 Loo 3 816 826 836 846 856 866 876 886 896 806 Loop 4 817 827 837 847 857 .. 867 877 887 897 807 Loop 4 818 828 838 848 858 868 878 888 898 808 Vehicle Loop 1 911 921 931 941 951 961 971 981 991 901 Detectors/ Loop 1 912 922 932 942 952 962 972 982 992 902 Count Loops Loop 2 913 923 933 943 953 963 973 983 993 903 Loop 2 914 924 934 944 954 964 974 984 994 904 Loop 3 915 925 935 945 955 965 975 985 995 905 Loop 3 916 926 936 946 956 966 976 986 996 906 Loop 4 917 927 937 947 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 988 998 908 9 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 100 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 Adjustments involving raising or lowering the junction boxes shall require conduit 2 modification if the resultant clearance between top of conduit and the junction box lid 3 becomes less than 6 inches or more than 10 inches. Wiring shall be replaced for full length 4 if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be 5 permitted. 6 7 Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10- 8 01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-01. 9 Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J-40.30.01. 10 Junction box lids and frames shall be grounded per Section 8-20.3(9). 11 12 Junction boxes shall be located at the station and offset indicated on the Plans except that 13 field adjustments may be made at the time of construction by the Engineer to better fit 14 existing field conditions. 15 16 Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum 17 interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan 18 J-40.30-01. 19 20 Heavy-duty Type 4, 5 and 6 junction boxes, cable vaults and pull boxes shall be installed in 21 accordance with the following: 22 1. Excavation and backfill shall be in accordance with Section 2-09. Excavation for 23 junction boxes, cable vaults and pull boxes shall be sufficient to leave one foot in the 24 clear between their outer surface and the earth bank. 25 2. Junction boxes, cable vaults and pull boxes shall be installed on a level 6-inch layer of 26 crushed surfacing top course, in accordance with 9-03.9(3), placed on a compacted 27 or undisturbed foundation. The crushed surfacing shall be compacted in accordance 28 with Section 2-09.3(1)E. 29 3. After installation, the lid/cover shall be kept bolted down during periods when work is 30 not actively in progress at the junction box, cable vault or pull box. 31 4. Before closing the lid/cover, the lid/cover and the frame/ring shall be thoroughly 32 brushed and cleaned of all debris. There shall be absolutely no visible dirt, sand or 33 other foreign matter between the bearing surfaces. 34 5. When the lid/cover is closed for the final time, a liberal coating of anti37 seize 35 compound shall be applied to the bolts and nuts and the lid shall be securely 36 tightened. 37 6. Hinges on the Type 4, 5 and 6 junction boxes shall be located on the side of the box, 38 which is nearest to adjacent shoulder. Hinges shall allow the lid to open 180 39 degrees. 40 41 8-20.3(8) Wiring 42 Section 8-20.3(8) is modified as follows: 43 44 (March 6, 2012 ******) 45 The following is inserted between the 3rd and 4th paragraph of this section: 46 47 Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape, 48 3-M 06147 or equal, leaving 3 feet of loose wire. 49 Connectors will be copper and sized for the wire. Mastik splice material will be centered on 50 the wire and folded up around both sides and joined at the top. Splice will then be worked 51 from the center outward to the ends. The ends will be visible and fully sealed around the City of Federal Way RFB# 15-003 S 324`h Street Preservation Project Page 99 2015 Special Provisions to Standard Specifications RFB ber. 1-08 1 In addition to the requirements for boring with casing, the Contractor shall submit to the 2 Engineer for approval a pit plan and a proposed method of boring that includes, but is not 3 limited to, the following: 4 1) A pit plan depicting: 5 a) Protection of traffic and pedestrians. 6 b) The dimension of the pit. 7 c) Shoring, bracing, struts, wafers or sheet piles. 8 d) Type of casing. 9 2) The proposed method of boring, including: 10 a) The boring system. 11 b) The support system. 12 c) The support system under and at the bottom of the pit. 13 14 The shoring and boring pit plan shall be prepared by and bear the seal and signature of a 15 Washington State licensed Professional Civil Engineer. 16 17 Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious 18 contaminants. 19 20 Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal 21 the casing. 22 23 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes 24 Section 8-20.3(6) is supplemented with the following: 25 26 (March 13, 2012 ******) 27 Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable 28 vaults and pull boxes shall not be placed within the traveled way or shoulders. 29 30 All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved 31 shoulders shall be heavy-duty. 32 33 Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, 34 or interfere with any other previous or relocated installation. The lid of the junction box shall 35 be flush with the surrounding area and be adequately supported by abutting pavements or 36 soils. 37 38 Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have 39 slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and 40 Public Right-of-Way Accessibility Guideline (PROWAG). Approved products are: 41 1.) Mebac1 (their most aggressive surface) manufactured by IKG_Industries 42 2.) SIipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 43 44 Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have 45 a proven track record of outdoor application which lasts for at least 10 years. 46 47 Wiring shall not be pulled into any conduit until all associated junction boxes have been 48 adjusted to, or installed in, their final grade and location, unless installation is necessary to 49 maintain system operation. If wire is installed for this reason, sufficient slack shall be left to 50 allow for future adjustment. 51 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 98 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 All conduit trenches shall be straight and as narrow in width as is practical to provide a 2 minimum of pavement disturbance. 3 4 When conduit risers are installed, they shall be attached to the pole every 4 feet and shall 5 be equipped with weather heads. 6 7 Conduit for the service wires between the Puget Sound Energy pole and the service panel 8 and all above ground conduit shall be hot-dip galvanized rigid steel. 9 10 All conduits shall be clearly labeled at each junction box, handhole, vault or other utility 11 appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a 12 unique conduit number or color. The owner name shall be approved by the Engineer prior to 13 starting work. The recommended owner/type abbreviations are: 14 15 PSE — Puget Sound Energy 16 QWEST— Qwest 17 COMCAST(AT&T)/C —Cable 18 COMCAST(AT&T)/F— Fiber 19 SIC — City Signal Interconnect 20 City Spare —City spares 21 Cobra — COBRA luminaire system 22 23 Section 8-20.3(5) is supplemented with the following: 24 25 (August 10, 2009 WSDOT NWR) 26 Conduit Seal, Detectable Tape and Location Wire 27 Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering 28 ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an 29 approved mechanical plug at both ends of the conduit run. Installation of mechanical plugs 30 shall conform to the manufacturer's recommendations. Upon installation of wiring at other 31 locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare 32 conduit shall be plugged. 33 34 A pull string rated for 200 lbs. or greater shall be installed in all spare conduits. 35 36 Detectable underground warning tape shall be placed 12-inches above all innerduct installed 37 in trenches. 38 39 Location 14 AWG stranded orange USE insulated wire shall be placed in conjunction with all 40 innerduct installed in trenches. The location wire shall be placed directly above the conduit 41 containing innerduct in single conduit installations or between the conduits containing 42 innerduct in multiple conduit installations. 43 44 Location wire routed into pull boxes or cable vaults shall be attached to the "C"channel or 45 the cover hinge bracket with stainless steel bolts and straps. A 1-foot loop of locate wire 46 shall be provided above the channel as shown in the Plans. 47 48 (October 16, 2006 WSDOT NWR) 49 Boring City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 97 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 All conduits installed by boring shall use a surface launched steerable drilling tool. Drilling shall be 2 accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to maintain the 3 stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and 4 tunnel.A guidance system which measures the depth, lateral_position, and roll shall be used to 5 guide the toolhead when creating the pilot hole. Once the pilot hold is established, a reamer and 6 swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the 7 diameter of the conduit being installed. Conduit which is being pulled into the tunnel shall be 8 protected and supported so that it moves freely and is not damaged during installation. Excess 9 drilling fluid and spoils shall be disposed of off-site at a legal disposal site obtained and paid for by 10 the Contractor. Drilling fluid returns (caused by fracturing of formation) at locations other than the 11 entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be 12 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from 13 entry or exit pits and areas with returns caused by fracturing shall be used as necessary during 14 drilling operations 15 16 8-20.3(4) Foundations 17 Section 8-20.3(4) is supplemented with the following: 18 19 (December 18, 2009 ******) 20 The foundation for the controller and service cabinets shall conform to the detail on the 21 Plans. Conduits shall be centered horizontally except service conduit, which shall be placed 22 at the side of the power panel. 23 24 Pole foundations within the sidewalk area shall be constructed in a single pour to the 25 bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate . 26 pour. 27 28 Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch- 29 thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a 30 sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the 31 sidewalk. A construction joint shall be provided between the two units. 32 33 The Rectangular Rapid Flashing Beacon (RRFB) foundation on S 324th St at Sta. 18+46 shall 34 be constructed per Standard Plan J-21.16-01. 35 36 8=20.3(5) Conduit 37 Section 8-20.3(5) is supplemented with the following: 38 39 (March 16, 2011 ******) 40 All conduits for signal cable, illumination circuits, and interconnect systems under roadways 41 and driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). 42 Schedule 40 PVC may be used when not under the roadway or driveways. 43 44 All conduits shall have a minimum buried depth of twenty-four inches (24"). PVC conduct 45 ends shall have bell end PVC bushings. 46 47 All conduits for signal cable raceways under roadways or driveways shall be rigid galvanized 48 steel or Schedule 80 polyvinyl chloride (PVC). Rigid steel or Schedule 80 PVC conduit shall 49 be used for all road crossings whether they are signal, detector or illumination cable. 50 Schedule 40 PVC conduits may be used for detector lead-ins or illumination. Whenever PVC 51 conduit is used a ground wire shall be provided. City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 96 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • 1 The Contractor shall supply all trenching necessary for the complete and proper installation 2 of the traffic signal system modifications. 3 Trenching shall conform to the following: 4 5 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and 6 sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as 7 narrow in width as practical to provide a minimum of pavement disturbance. The existing 8 pavement shall be removed in an approved manner. The trench bottom shall be graded to 9 provide a uniform grade. 10 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches 11 cover over conduits and shall be backfilled with 21 inches of controlled density fill, 12 vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 64 -22 , or 13 a surface matching the existing pavement section, whichever is greatest. The asphalt 14 concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or 15 approved equal immediately before resurfacing, applied to the entire edge and full 16 depth of the pavement cut. Immediately after compacting the new asphalt surface to 17 conform to the adjacent paved surface, all joints between new and original 18 pavement shall be filled with joint sealant meeting the requirements of Section 9- 19 04.2. 20 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks and 21 driveways shall be installed to conform with the City of Federal Way Luminaire 22 Electrical Trench Detail. Such trenches shall be backfilled with bedding material two 23 inches (2") above and below the conduit, with the remaining depth of trench 24 backfilled with native material. If the Engineer determines that the native material is 25 unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed 26 and replaced as specified. 27 4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and 28 outside the traveled way shall have a minimum of twenty-four inches (24") cover over 29 conduits. Such trenches shall be backfilled with bedding material two inches (2") 30 above and below the conduit, with the remaining depth of trench backfilled with bank 31 run gravel unless the Engineer determines that spoils from the trench excavation are 32 suitable for backfill. 33 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall 34 match the elevation of the surrounding ground, including a matching depth of top 35 soil, mulch and/or sod if necessary to restore the trench area to its prior condition. 36 6. Contractor shall use joint trench where possible. 37 38 Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit 39 in any way. The backfill shall be thoroughly mechanically tamped in eight-inch (8") layers 40 with each layer compacted to ninety-five percent (95%) of maximum density in traveled 41 ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture 42 content. 43 44 Bank run gravel for backfill shall conform to Section 9-03 of the Standard Specifications. 45 Bedding material shall conform to Section 9-03 of the Standard Specifications. 46 47 All trenches shall be properly signed and/or barricaded to prevent injury to the public. All 48 traffic control devices to be installed or maintained in accordance with Part VI of the Manual 49 on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified 50 elsewhere in these Specifications. 51 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 95 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 (If King County Metro Fiber Optic Cable is to be affected) 2 Fiber Optic Cable Service Outage Duration and Notification 3 The allowable interruption to the operation of the existing joint City/County/WSDOT fiber 4 optic cable service along S 288w Street is three (3) days, including testing. __King County 5 Metro and King County Traffic shall be notified two (2) weeks in advance of the proposed 6 outage. Notification shall be sent to the following: 7 8 Owen Kehoe 9 King County Metro 10 Phone: 206-477-5811 11 Email: owen.kehoe @kingcounty.gov 12 13 Jeffery Barnett 14 King County Metro 15 Phone: 206-263-7826 16 Email: Jeffery.Barnett @kingcounty.gov 17 18 King County Signal Shop 19 Attn: Mark Parrett 20 155 Monroe Avenue NE 21 Renton, Washington 98056 22 Phone: 206-396-3763 23 24 Section 8-20.3(1) is supplemented with the following: 25 26 (May 15, 2000 WSDOT NWR) 27 Energized Equipment 28 Work shall be coordinated so that electrical equipment, with the exception of the service 29 cabinet, is energized within 72 hours of installation. 30 31 (June 20, 1995 WSDOT NWR) 32 Pole Removal 33 Poles designated for removal shall not be removed prior to approval of the Engineer. 34 35 (October 31, 2005 WSDOT NWR) 36 Construction Core Installation 37 The Contractor shall coordinate installation of construction cores with Contracting Agency 38 maintenance staff through the Engineer. The Contractor shall provide written notice to the 39 Engineer, a minimum of seven working days in advance of proposed installation. The 9 9 Y P p 40 Contractor shall advise the Engineer in writing when construction cores are ready to be 41 removed. 42 43 (May 15, 2000 WSDOT NWR) 44 Electrical Equipment Removals 45 Removals associated with the electrical system shall not be stockpiled within the job site 46 without the Engineer's approval. 47 48 8-20.3(2) Excavating and Backfilling 49 Section 8-20.3(2) is supplemented with the following: 50 51 (January 8, 2013 ******) City of Federal Way RFB# 15-003 S 324`h Street Preservation Project Page 94 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • 1 Crushed surfacing top course and crushed surfacing base course shall meet the 2 requirements of Section 9-03.9(3) of the Standard Specifications. 3 4 Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious 5 substances (Section 9-03.1(5)A of the Standard Specifications). 6 7 Requirements for signal equipment and materials are contained in Section 9-29 of the 8 Standard Specifications and Section 9-29 of these Specifications. 9 10 8-20.2(1) Equipment List And Drawings 11 The first paragraph is deleted and replaced with the following: 12 13 (January 26, 2012 ******) 14 Within one (1) week following the pre-construction conference, the Contractor shall submit 15 to the Engineer a completed "Request for Approval of Materials" that describes the material 16 proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information 17 shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction 18 boxes, and all other items to be used on the project. Approvals by the Engineer must be 19 received before material will be allowed on the job site. Materials not approved will not be 20 permitted on the job site. 21 22 (March 13, 1995 WSDOT GSP) 23 If traffic signal standards, strain pole standards, or combination traffic signal and lighting 24 standards are required, final verified dimensions including pole base to signal mast arm 25 connection point, pole base to light source distances (H1), mast arm length, offset distances 26 to mast arm mounted appurtenances, and orientations of pole mounted appurtenances will 27 be furnished by the Engineer as part of the final approved shop drawings prior to 28 fabrication. 29 30 8-20.3 Construction Requirements 31 32 8-20.3(1) General 33 Section 8-20.3(1) is supplemented with the following: 34 35 Contractor Owned Removals 36 All removals associated with an electrical system, which are not designated to remain the 37 property of the Contracting Agency, shall become the property of the Contractor and shall 38 be removed from the project. 39 40 The Contractor shall: 41 1. Remove all wires for discontinued circuits from the conduit system or as directed by 42 the Engineer. 43 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed 44 by the Engineer. 45 3. Abandoned conduit encountered during excavation shall be removed to the nearest 46 outlets or as directed by the Engineer. 47 4. Remove foundations entirely, unless the Plans state otherwise. 48 5. Backfill voids created by removal of foundations and junction boxes. Backfilling and 49 compaction shall be performed in accordance with Section 2-19 09.3(1)E. 50 51 (December 17, 2012 ******) City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 93 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 All work shall be performed as shown in the. Plans in accordance with applicable Standard 2 Specifications and Standard Plans included herein and the following Special Provisions. Work 3 shall include the supply, testing, and installation of all traffic signal hardware including the 4 communication cable and interface_system, and when specified, the modification of such an 5 existing system. 6 7 The work involves, but shall not be limited to, the following: 8 1. Poles and Foundations 9 2. Loop detection 10 3. Junction boxes 11 4. Conduit and wire 12 13 The existing traffic signal system shall be kept in full operation during construction until the 14 new system is in place and ready for turn-on. 15 16 8-20.1(1) Regulations and Code 17 The first and second sentences of the first paragraph are deleted and replaced with the 18 following: 19 20 (March 13, 2012 ******) 21 All electrical equipment shall conform to the standards of the National Electrical 22 Manufacturers Association (NEMA), FHWA IP-78-16 and the Radio Manufacturers 23 Association. Traffic signal control equipment shall conform to the Contract and these 24 Standard Specifications: EIA Electronics Industries Alliance, Institute of Electrical and 25 Electronics Engineers (IEEE), the American Society for Testing and Materials (ASTM), the 26 American Association of State Highway and Transportation Officials (AASHTO), the American 27 National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the 28 International Municipal Signal Association (IMSA), whichever is applicable, and to other 29 codes listed herein. 30 31 Section 8-20.1(1) is supplemented with the following: 32 33 (March 13, 2012 ******) 34 Where applicable, materials shall conform to the latest requirements of the Washington 35 State Department of Labor and Industries and Puget Sound Energy. 36 37 8-20.1(2) Industry Codes and Standards 38 39 (March 13, 2012 ******) 40 The following is added at the end of the first paragraph of this section: 41 42 National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office 43 Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 44 45 8-20.2 Materials 46 Section 8-20.2 is supplemented with the following: 47 48 (March 13, 2012 ******) 49 Control density fill shall meet the requirements of Washington Aggregates and Concrete 50 Association. 51 City of Federal Way RFB# 15-003 S 324`h Street Preservation Project Page 92 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • • 1 3. Traffic control 2 4. Pedestrian control, access routes and delineation 3 5. Accommodating utilities 4 6. Form work 5 7. Installation of detectable warning surfaces 7 Contractor will field verify the elevation differential required to construct the concrete steps 8 to the City of Federal Way codes. 9 8-14.4 Measurement 10 (******) 11 Section 8-14.4 is supplemented with the following: 12 Cement concrete curb ramp will be measured per each for the complete curb ramp installed 13 and includes all items necessary to install a complete wheelchair ramp per appropriate 14 detail, and shall include the removal of existing curb ramps or sidewalks. 15 Cement concrete sidewalks and driveway approaches will be measured by the square yard 16 of finished surface and will not include the surface area of the curb ramps. 17 18 8-14.5 Payment 19 Section 8-14.5 is supplemented with the following: 20 21 (******) 22 "Cement Conc. Curb Ramp Type 1 Parallel", per each. 23 "Cement Conc. Curb Ramp Type 2 Parallel", per each. 24 "Cement Conc. Curb Ramp Type 1 Perpendicular, per each. 25 "Cement Conc. Curb Ramp Type Single Direction", per each. 26 "Cement Conc. Sidewalk", per square yard. 27 "Cement Conc. Approach", per square yard. 28 29 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 30 31 8-20.1 Description 32 Section 8-20.1 is replaced with the following: 33 34 (******) 35 Work includes furnishing and installing all materials necessary to provide: 36 1. Removal and reinstallation of existing Rectangular Rapid Flashing Beacon (RRFB) and 37 pole on existing foundation (Sta. 6+19). The RRFB must be stored and maintained 38 in good condition. Any damage caused by the Contractor and his operations shall be 39 repaired, replaced, or otherwise properly restored to the satisfaction of the Engineer 40 at no cost to the owner. 41 2. Removal and reinstallation of existing Rectangular Rapid Flashing Beacon (RRFB) and 42 pole on a new foundation (Sta. 18+46). The RRFB must be stored and maintained 43 in good condition. Any damage caused by the Contractor and his operations shall be 44 repaired, replaced, or otherwise properly restored to the satisfaction of the Engineer 45 at no cost to the owner. 46 3. A fully functional loop detection at S 324th St and S 322nd St, sta. 27+75. 47 City of Federal Way RFB# 15-003 S 324`h Street Preservation Project Page 91 2015 Special Provisions to Standard Specifications RFB ver. 1-08 CEMENT CONC. CURB RAMP TYPE 1 40 8-14 PERPENDICULAR 4 EA CEMENT CONC. SINGLE DIRECTION CURB 41 8-14 RAMP 1 EA RECTANGULAR RAPID FLASHING BEACON 42 8-20 INSTALLATION, COMPLETE 1 LS RECTANGULAR RAPID FLASHING BEACON 43 8-20 FOUNDATION 1 EA 44 8-20 DETECTOR LOOP 11 EA • 45 8-21 R9-3A SIGN AND POST 9 EA 46 8-22 PROFILED PLASTIC LINE 11400 LF 47 8-22 PROFILED PLASTIC WIDE LINE 2400 LF 48 8-22 PLASTIC CROSSWALK LINE 820 SF 49 8-22 PLASTIC STOP LINE 78 LF 50 8-22 PLASTIC TRAFFIC ARROW 33 EA 51 8-22 PLASTIC BICYCLE LANE SYMBOL 7 EA 52 8-22 PLASTIC YIELD AHEAD SYMBOL 16 EA Total = $ City of Federal Way S 324th St Preservation Project RFB# 15-003 RFB ver. 1-08 Page 26 2015 17 2-02 REMOVAL OF CEMENT CONC. TYPE A CURB 117 LF 18 2-02 REMOVAL OF TYPE C TRAFFIC CURB 286 LF 19 2-03 ROADWAY EXCAVATION INCL. HAUL 320 CY 20 4-04 CRUSHED SURFACING TOP COURSE 200 TON 21 5-04 PLANING BITUMINOUS PAVEMENT 8295 SY 22 5-04 HMA CL. 1/2 IN PG 64-22 2450 TON 23 5-04 HMA CL. 1/2 IN PG 64-22 FOR PRELEVELING 36 TON HMA CL. 1/2 IN PG 64-22 FOR PAVEMENT 24 5-04 REPAIR 220 TON 25 7-05 ADJUST MANHOLE 5 EA HEAVY DUTY ROUND SOLID LOCKING 26 7-05 COVER AND FRAME 2 EA 27 7-05 ADJUST CATCH BASIN 1 EA 28 8-01 EROSION/WATER POLLUTION CONTROL 1 FA $5,000.00 $5,000.00 29 8-01 INLET PROTECTION INSERT 35 EA 30 8-02 SOD LAWN, INCL. 4 IN TOPSOIL 18 SY 31 8-04 CEMENT CONC. CURB AND GUTTER 76 LF 32 8-04 CEMENT CONC. EXTRUDED CURB,TYPE 6 100 LF PRECAST DUAL FACED SLOPED MOUNTABLE 33 8-07 CURB 276 LF 34 8-07 PRECAST SLOPED MOUNTABLE CURB 10 LF 35 8-09 RAISED PAVEMENT MARKER,TYPE 2 5.24 HUND 36 8-09 HYDRANT MARKER,TYPE 2B 3 EA 37 8-13 ADJUST MONUMENT CASE AND COVER 9 EA 38 8-14 CEMENT CONC. SIDEWALK 125 SY CEMENT CONC. CURB RAMP TYPE 2 39 8-14 PARALLEL 3 EA City of Federal Way S 324th St Preservation Project RFB#15-003 RFB ver. 1-08 Page 26 2015 ATTACHMENT C CITY OF FEDERAL WAY S 324TH STREET PRESERVATION PROJECT BID SCHEDULE NOTE: Unit prices for all items,all extensions,and the total amount of the bid must be shown. Enter unit prices in numerical figures only in dollars and cents, i.e.to two(2)decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in th Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item,the unit price shall prevail,and totals shall be corrected to conform thereto. ITEM Spec. UNIT NO. Section ITEM DESCRIPTION QUANTIT UNIT PRICE Amount 1 1-07 SPCC PLAN 1 LS 2 1-09 MOBILIZATION 1 LS 3 1-10 OFF-DUTY UNIFORMED POLICE OFFICER 1 FA $12,000.00 $12,000.00 4 1-10 TRAFFIC CONTROL SUPERVISOR 350 HR 5 1-10 OTHER TEMPORARY TRAFFIC CONTROL 1 LS 6 1-10 FLAGGERS AND SPOTTERS 850 HR 7 1-10 OTHER TRAFFIC CONTROL LABOR 100 HR 8 1-10 CONSTRUCTION SIGN CLASS A 208 SF 9 1-10 SEQUENTIAL ARROW SIGN 4500 HR 10 1-10 PORTABLE CHANGEABLE MESSAGE SIGN 45 DAY 11 2-01 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 REMOVAL OF STRUCTURE AND 12 2-02 OBSTRUCTION 1 LS REMOVAL OF CEMENT CONC. CURB AND 13 2-02 GUTTER 76 LF 14 2-02 SAWCUTTING 5664 LF 15 2-02 REMOVAL OF ASPHALT CONC. ISLAND 13 SY 16 2-02 REMOVAL OF CEMENT CONC. SIDEWALK 75 SY City of Federal Way S 324th St Preservation Project RFB#15-003 RFB ver. 1-08 Page 26 2015 • S 324th St Preservation Project RFB 15-003 Addendum No. 1 June 27, 2015 ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 1,the Bid Contract Documents and Specifications for S 324th Street Preservation Project are amended as follows: Attachment C—Bid Schedule The Bid Item No. 3—OFF-DUTY UNIFORMED POLICE OFFICER Quantity is revised to read 1. Please replace Attachment C—Bid Schedule Pages 26 through 28. SPECIAL PROVISIONS TO THE STANDARD SPECIFICATIONS Section 8-20.1 line 36 through 40 revised to read as follows: 1. Removal and reinstallation of existing Rectangular Rapid Flashing Beacon (RRFB) and pole on existing foundation (Sta. 6+19). The RRFB must be stored and maintained in good condition. Any damage caused by the Contractor and his operations shall be repaired, replaced, or otherwise properly restored to the satisfaction of the Engineer at no cost to the owner. 2. Removal and reinstallation of existing Rectangular Rapid Flashing Beacon(RRFB) and pole on a new foundation (Sta. 18+46). The RRFB must be stored and maintained in good condition. Any damage caused by the Contractor and his operations shall be repaired, replaced, or otherwise properly restored to the satisfaction of the Engineer at no cost to the owner. Please replace Pages 91 to through 100. The bid opening date has not changed. All bidders are required to acknowledge receipt of this addendum on page 25 of the Bid Form. Failure to do so may cause rejection of the bid. CITY OF FEDERAL WAY ,jatictf—D Jeff Huynh Street Systems Engineer JH: k:\streets\projects\S 324th St Preservation Project\RFB\addenduml.doc � f P'8 _ '� p BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 1 S 324TH STREET PRESERVATION PROJECT ' RFB # 15-003 STPUL-1022(003) Bids Accepted Until 10:00 a.m., June 30, 2015 Bids Opened 10:30 a.m., June 30, 2015 AT: City of Federal Way IHylebos Conference Room 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: 1 PUBLIC WORKS DEPARTMENT ' CITY OF FEDERAL WAY, WASHINGTON 1 City of Federal Way RFB#15-003 S 32e St Preservation Project Page 2 2015 RFB ver. 1-08 I TABLE OF CONTENTS IPAGE 1 PUBLIC NOTICE— REQUEST FOR BIDS 5 BIDDER'S CHECKLIST 8 ISECTION 1: INSTRUCTIONS TO BIDDERS 10 ISECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 17 NO BID RESPONSE FORM (Attachment A) 23 IBID FORM (Attachment B) 24 BID SCHEDULE (Attachment C) 26 BID SIGNATURE PAGE (Attachment D) 29 IBID BOND FORM (Attachment E) 30 ICOMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment F) 31 CONTRACTOR'S COMPLIANCE STATEMENT(Attachment G) 33 IDISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATOIN (Attachment H) 34 I LOCAL AGENCY DISADVANTAGED BUSINESS ENTERPRISE (DBE) WRITTEN CONFORMATION DOCUMENT(Attachment I) 35 IPUBLIC WORKS CONTRACT (Attachment 3) 36 (with Exhibits A-F and Appendixes as attached) Exhibit A Notice of Completion Exhibit B Contract Change Order Agreement Exhibit C Notice to Labor Unions of Other Employment Organizations Nondiscrimination I in Employment Exhibit D Certificate(s) of Insurance Exhibit E Performance/Payment Bond I Exhibit F Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES IINTRODUCTION TO THE SPECIAL PROVISIONS BLUE PAGES IFHWA 1273 (Appendix A) YELLOW PAGES STANDARD PLANS AND DETAILS (Appendix B) WHITE PAGES I City of Federal Way RFB# 15-003 h' Y S 324th St Preservation Project Page 3 2015 IRFB ver. 1-08 1 PREVAILING WAGES AND BENEFIT CODE KEY(Appendix C) PINK PAGES 1 1 1 1 1 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 4 2015 tRFB ver. 1-08 CITY OF FEDERAL WAY ' REQUEST FOR BIDS S 324TH STREET PRESERVATION PROJECT RFB # 15-003. ' SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through ' June 30, 2015, until 10:00 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 10:00 a.m. on said date will not be considered. ' BID OPENING: All bids will be opened and read publicly aloud at 10:30 a.m. on Tuesday, June 30, 2015, at the ' Hylebos Conference Room, 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 Way. DESCRIPTION OF WORK: This project shall consist of: ' The project shall consist of resurfacing S 324th Street from Pacific Hwy S to S 322nd St, which P J 9 �^�Y . includes roadway excavation, planing bituminous pavement, pavement repair, and removal of ' existing curb & gutter, sidewalk, concrete approach, wheel chair ramps, pedestrian refuge islands, and type C traffic curb. This work also includes overlaying S 324th Street from Pacific Hwy S to S 322nd St with HMA Class 1/2" PG 64-22 (2,706 tons), installation of curb & gutter, installation of precast dual faced sloped mountable curb, installation of concrete curb ramps, installation of pedestrian refuge islands, installation of pedestrian push button, channelization, and restoration and utility adjustments work. ' The Contractor shall complete all work within 45 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 Jeff Huynh, Street ' Systems Engineer, by facsimile at (253) 835-2709, or by letter addressed to Jeff Huynh, Street Systems 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-Ave 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- 2526. If purchasing by mail, please indicate your request for Bidding Documents for RFB #15-003, S 324th Street Preservation Project. Informational copies of maps, plans, and specifications are City of Federal Way RFB# 15-003 S 324t St Preservation Project Page 5 2015 RFB ver. 1-08 available for review at the Public Works Department, Federal Way City Hall, 33325 8th Avenue ' South, Federal Way, Washington. Bidding Documents are also available for review at the following Plan Centers: ' Daily Journal of Commerce, Attn: Plancenter.com, 83 Columbia St, Suite 200, Seattle, WA 98104 ' Daily Journal of Commerce Project Center, 921 SW Washington St, Suite 210, Portland, OR 97205 McGraw Hill Construction Dodge, 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 100, Norcross, GA 30092 Builders Exchange of Washington, 2607 Wetmore Avenue, Everett, WA 98201 Contractor Plan Center, 5468 SE Intl Way, Milwaukie, OR 97222 Contractor's Resource Center, 2301 So Jackson Street, Suite 101B, Seattle, WA 98144 iSqFt Planroom, cio Cascade A&E 235 9th Ave North, Seattle, WA 98109 — oregon- washington@isqft.com The City of Federal Way, 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 Code of Federal Regulations, 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. However, regardless of the date of award, or Notice to Proceed, the Contractor must complete all ' work under this project by October 31, 2015. 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 bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. Dated the 13th day of June, 2015. ' Dates of Publication: Daily Journal of Commerce: June 06, 2015 June 13, 2015 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 6 2015 RFB ver. 1-08 i ' Federal Way Mirror: June 5, 2015 June 12, 2015 1 1 City of Federal Way RFB# 15-003 ' S 324th St Preservation Project Page 7 2015 RFB ver. 1-08 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. ILl 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 Page (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. ❑ Combined Affidavit and Certification Form (Attachment F) This form must be subscribed to and sworn before a Notary Public and notarized. Contractor's Compliance Statement (Attachment G) IL] The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. r s Comp is ce State y y ❑ Disadvantaged Business Enterprise Utilization Certification (Attachment H) This form must be filled in by the bidder. ' Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation ❑ 9 cY 9 ( ) ' Document (Attachment I) This form must be filled in by the bidder and DBE Subcontractor for each DBE Subcontractor listed in the Disadvantaged Business Enterprise Utilization Certification (Attachment I). ❑ 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 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 8 2015 RFB ver. 1-08 1 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. SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: ❑ Public Works Contract(Attachment 3) ' The successful bidder will fully execute and deliver to the S 324th Street Preservation Project Public Works Contract ("Contract") from these Bid Documents. ' ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit C) ' 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 D) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/Payment Bond (Exhibit E) The successful bidder will provide a fully executed Performance/Payment Bond as Iappropriate. ❑ Business License ' The successful bidder will provide a copy of a current Business License with the City of Federal Way. 1 1 1 1 City of Federal Way RFB# 15-003 ' S 324th St Preservation Project Page 9 2015 RFB ver. 1-08 1 SECTION 1: INSTRUCTIONS TO BIDDERS I1-1 Time and Place for Submission and Opening of Bids ' Sealed bids must be submitted by 10:00 a.m. local time on June 30, 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 Hall Hylebos Conference Room on June 30, 2015, at 10:30 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 U complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. 1-2 Bid Form Bid s shall be made on the "Bid Form", Attachment ac hment "B" i ssu ed by the Ci ty 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, Iplace 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# 15-003 • S 324th St Preservation Project Page 10 2015 RFB ver. 1-08 1 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# 15-003 h' Y S 324th St Preservation Project Page 11 2015 ' RFB ver. 1-08 1 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# 15-003 S 324th St Preservation Project Page 12 2015 ' RFB ver. 1-08 1 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: ii. 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 ' b. submittal; 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. The bidder shall 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. d. The bidder shall not be disqualified from bidding on any public works contract under RCW 39.03.010 or 39.12.065(3). ' 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 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 13 2015 ' RFB ver. 1-08 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 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. Ili I 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. City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 14 2015 IRFB ver. 1-08 F. Attachment F— Subcontractor List. (May Not Apply) ' G. Attachment G— Combined Affidavit and Certification Form. H. Attachment H—Contractor's Compliance Statement. I. Attachment I— Disadvantaged Business Enterprise Utilization Certification Attachment. ' J. Attachment 1 — Local Agency Disadvantaged Business Enterprise (DBE) Written Conformation Document. ' K. Attachment K— Public Works Contract. ' 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. 1-18 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. 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 City of Federal Way RFB# 15-003 S 324`h St Preservation Project Page 15 2015 RFB ver. 1-08 prescribed in Attachment E, "Bid Bond". The check, or bidder's bond shall be attached to ' the bid form. 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 E) 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 I 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 State of ' Washington, published by the Office of the Insurance Commissioner. The scope of the Performance/Payment Bond (Exhibit E) 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 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 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 RFB# 15-003 S 324`h St Preservation Project Page 16 2015 RFB ver. 1-08 City of Federal Way ' Federal Way, Washington 98003-6325 Attention: Bid Protest -- S 324th Street Preservation Project RFB # 15-003 ' 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. I 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 CONDITIONS ' 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 Jeff Huynh, Street Systems Engineer. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to Jeff Huynh, Street Systems 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: The City's Request for Bid, Bid Form, Bid Signature Page, Instructions to Bidders, Bid Bond, S 324th Street Preservation City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 17 2015 ' RFB ver. 1-08 Project , s, nac tor' mce Statement, Combined ContractGeneral ffi Adavit Contra and ct Cerual fiTerms tication Formand Condition, Notice of Completion Cotr of s PublicCo plianWorks Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in ' Employment attached as Exhibit C, Certificate(s) of Insurance Form attached hereto as Exhibit D, Performance/Payment Bond attached hereto as Exhibit E, Title VI Assurances attached as Exhibit F, 2014 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction, Amendments to the Standard Specifications, Addenda and Change Orders, , Addenda and Change Orders, and the Lakota Middle School Safe Routes to School Special Provisions, FHWA 1273 attached as Appendix A, Standard Plans and Details attached I as Appendix B, current Prevailing Wage Rates and Benefit Code Key attached as Appendix C 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 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, time, without notice to the sureties, by written order designated or Y, at any 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. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall ' immediately give a singed written notice of protest to the Project Engineer of the Project Engineer's field inspectors before doing the work. The contractor'shall supplement the written protest within 15 calendar days with a written statement that provides the following: ' a. The date of the protested order; b. The nature and circumstances that caused the protest; ' c. The contract provisions that support the protest; d. The estimated dollar cost, if any, of the protested work and how that estimate was determined; ' e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 18 2015 ' RFB ver. 1-08 The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and cost have merit. If the protest is continuing, the information required above shall be supplemented as ' requested by the Project Engineer. In addition, the Contractor shall provide the Project Engineer before final payment, a written statement of the actual adjustment requested. ' No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after the Final Contract Voucher Certification has been submitted. 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 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. ' 2-10 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. 2-11 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# 15-003 S 324th St Preservation Project Page 19 2015 ' RFB ver. 1-08 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. 2-12 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. ' 2-13 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 3, 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. 2-14 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. ' 2-15 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# 15-003 S 324th St Preservation Project Page 20 2015 RFB ver. 1-08 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. ' 2-16 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. ' 2-17 Disagreements, 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 Project 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. 2-18 Recycled Products The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both ' sides of paper sheets for reports submitted to the City whenever practicable. City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 21 2015 RFB ver. 1-08 1 ' 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 recycled 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. 1 City of Federal Way RFB# 15-003 ' S 324th St Preservation Project Page 22 2015 RFB ver. 1-08 1 Attachment A 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 I received by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this form if not submitting a formal bid, may result in your firm being removed from the City's master bidder's mailing list. ' Bid Number: RFB No. 15-003 Bid Title: S 324th Street Preservation Project ❑ 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: 1 Check one of the following: ' ❑ WE DO ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. ' Firm Name: Address: Phone: Signature Date 1 Name (Type or Print) Title City of Federal Way RFB# 15-003 ' S 320 St Preservation Project Page 23 2015 RFB ver. 1-08 1 Attachment 13 tBID FORM CITY OF FEDERAL WAY S 324TH STREET PRESERVATION PROJECT BID FORM Bidder: 1 U.C&( Date: r) ITEM BID AMOUNT I TOTAL BID AMOUNT $ ' ' g6/S:3--AL (including Washington State sales tax, all other i government taxes, assessments and charges) ITo City Council Members 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 S 324th Street Preservation Project, and other documents 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 S 324th Street Preservation Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above-referenced amount, inclusive of Washington State sales tax and all other government ' taxes, assessments and charges as required by law. 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 ninety (90) calendar days after the day of the bid opening and the undersigned fails to execute the S 324th Street Preservation Project 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 returned to the undersigned. Bond or Certified Check 90 (2 Dollars ($ ) The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The Ci ty of Federal Wa y 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. 1 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Pa e 24 2015 J g 2 RFB ver. 1-08 1 Receipt of the following Addendums is hereby acknowledged: iAddendum No. / Date Issued: 4'/21f IS Addendum No. _ Date Issued: Addendum No. Date Issued: 1 Tit LU 4 & 1s, IrtC . ' . Corporation/i rt ers try /�aI. Firm Name (Delete Two) �ICGAS ?A'tab Bidder's State License No. Signature M:c iAGl 2�i�- ' Bidder's State Tax No. Title I I 1 1 I City of Federal Way RFB# 15-003 ' S 324th St Preservation Project Page 25 2015 RFB ver..1-08 S IATTACHMENT C CITY OF FEDERAL WAY S 324TH STREET PRESERVATION PROJECT IBID SCHEDULE NOTE: Unit prices for all items, all extensions, and the total amount of the bid must be shown. Enter unit prices in I numerical figures only in dollars and cents, i.e.to two(2)decimal places(including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures in th Unit Price column will be rejected as unresponsive. Where conflict occurs between the unit price and the total amount specified for any item,the Iunit price shall prevail, and totals shall be corrected to conform thereto. ITEM Spec. UNIT ' NO. Section ITEM DESCRIPTION QUANTIT UNIT PRICE Amount — 1 1-07 SPCC PLAN 1 LS 5('(7 SOD I2 1-09 MOBILIZATION 1 LS died OOP b4 4Ugi da.iD I3 1-10 OFF-DUTY UNIFORMED POLICE OFFICER 1 FA $12,000.00 $12,000.00 4 1-10 TRAFFIC CONTROL SUPERVISOR 350 HR , 5q.Z0 Pi-ld1J I �,J� IQ 10Gb — 7 5 1-10 OTHER TEMPORARY TRAFFIC CONTROL 1 LS 140015 toy 000 I6 1-10 FLAGGERS AND SPOTTERS 850 HR J 2+Gco I / 7 1-10 OTHER TRAFFIC CONTROL LABOR 100 HR V I 014°° / • 8 1-10 CONSTRUCTION SIGN CLASS A 208 SF � �l 1 Lao / /. I 9 1-10 SEQUENTIAL ARROW SIGN 4500 HR 5 �"Z'S 10 1-10 PORTABLE CHANGEABLE MESSAGE SIGN 45 DAY (Uv/ �,,,, 11 2-01 ROADSIDE CLEANUP 1 FA $5,000.00 $5,000.00 IREMOVAL OF STRUCTURE AND /� 12 2-02 OBSTRUCTION 1 LS a 9 " �7,CD•� 1 REMOVAL OF CEMENT CONC. CURB AND �J O- - � 13 2-02 GUTTER 76 LF h o 5o14 14 2-02 SAWCUTTING 5664 LF 15 2-02 REMOVAL OF ASPHALT CONC. ISLAND 13 SY ! i.(°°C) . ' 16 2-02 REMOVAL OF CEMENT CONC. SIDEWALK 75 SY 7AC I SOO City of Federal Way 'S 324th St Preservation Project RFB# 15-003 RFB ver. 1-08 Page 26 2015 I I 17 2-02 REMOVAL OF CEMENT CONC.TYPE A CURB 117 LF 1(7- - u {1( ) 1 18 2-02 REMOVAL OF TYPE C TRAFFIC CURB 286 LF 10 ' Z 0 WOE 19 2-03 ROADWAY EXCAVATION INCL. HAUL 320 CY (j"✓ 1i 0, 0 I 20 4-04 CRUSHED SURFACING TOP COURSE 200 TON W Ow i�r� 1 21 5-04 PLANING BITUMINOUS PAVEMENT 8295 SY •5O 2 V36C G 011 / ti 22 5-04 HMA CL. 1/2 IN PG 64-22 2450 TON b� 5 Z J 5 / / 23 5-04 HMA CL. 1/2 IN PG 64-22 FOR PRELEVELING 36 TON 126 L I HMA CL. 1/2 IN PG 64-22 FOR PAVEMENT 24 5-04 REPAIR 220 TON 116 3 ,�(x&/ 25 7-05 ADJUST MANHOLE 5 EA 1�O 3'7 So HEAVY DUTY ROUND SOLID LOCKING I 26 7-05 COVER AND FRAME 2 EA I j10 "" ?/ '1�L w 27 7-05 ADJUST CATCH BASIN 1 EA 1 1 `JO 1 28 8-01 EROSION/WATER POLLUTION CONTROL 1 FA $5,000.00 $5,000.00 29 8-01 INLET PROTECTION INSERT 35 EA 1 b( 50(7 30 8-02 SOD LAWN, INCL. 4 IN TOPSOIL 18 SY 100 ` g w„---- I31 8-04 CEMENT CONC. CURB AND GUTTER 76 LF l 0 53)o 32 8-04 CEMENT CONC. EXTRUDED CURB,TYPE 6 100 LF 11/ IUD PRECA 33 8-07 CURB ST DUAL FACED SLOPED MOUNTABLE 276 LF \)444 )* I 34 8-07 PRECAST SLOPED MOUNTABLE CURB 10 LF Zz W ' 35 8-09 RAISED PAVEMENT MARKER, TYPE 2 5.24 HUND i"."2- W/1-1 I 36 8-09 HYDRANT MARKER, TYPE 2B 3 EA 1 30 37 8-13 ADJUST MONUMENT CASE AND COVER 9 EA 9- li- GO 38 8-14 CEMENT CONC. SIDEWALK 125 SY I I. (143"6 CEMENT CONC. CURB RAMP TYPE 2 / r� 7- 39 8-14 PARALLEL 3 EA Jo °L V� City of Federal Way IS 324th St Preservation Project RFB# 15-003 RFB ver. 1-08 Page 26 2015 I ' CEMENT CONC. CURB RAMP TYPE 1 I 40 8-14 PERPENDICULAR 4 EA ,30(1) CEMENT CONC. SINGLE DIRECTION CURB yy- / %� 111 ,, 41 8-14 RAMP 1 EA /lam b 3 RECTANGULAR RAPID FLASHING BEACON / �y� 42 8-20 INSTALLATION, COMPLETE 1 LS �� Q W• RECTANGULAR RAPID FLASHING BEACON i 43 8-20 FOUNDATION 1 EA QM KOD I44 8-20 DETECTOR LOOP 11 EA 1Ob 1 100 / p / I45 •8=21 R9-3A SIGN AND POST 9 EA CO' 1 D 46 8-22 PROFILED PLASTIC LINE 11400 LF '� V ,M(�o I .- 47 8-22 PROFILED PLASTIC WIDE LINE 2400 LF 31 1*2- I48 8-22 PLASTIC CROSSWALK LINE 820 SF 4 1)9° 3-n d' I49 8-22 PLASTIC STOP LINE 78 LF f n' 10•50 8-22 PLASTIC TRAFFIC ARROW 33 EA cio m 0 I51 8-22 PLASTIC BICYCLE LANE SYMBOL 7 EA 0� 52 8-22 PLASTIC YIELD AHEAD SYMBOL 16 EA I' I / 432 1 SY 419 p9�' 1 I Total = $lv a i 1 I 1 1 I 1 City of Federal Way IS 324th St Preservation Project RFB# 15-003 RFB ver. 1-08 Page 26 2015 1 Attachment D BID SIGNATURE PAGE IDate: The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services pursuant to the S 324th Street Preservation Project and comply with all other terms and conditions of the contract and bid documents of RFB 15-003. 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 111• execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. Corporation/Pat#nershi-p/Indivichztal pany (Delete Two) t By (Signature) 1 U.t'c �( Printed Name) Its: (Title) r 4Z1i1 vfal r 124, (Address) (i(7-2;) 0122 "VOL, (.., (Telephone Number) 1 1 City of Federal Way RFB# 15-003 I S 324 th St Preservation Project Page 29 2015 RFB ver. 1-08 Attachment E BID BOND FORM rHerewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of$5% of Bid Amount, which amount is not less than five percent (5%) of the total bid. ' BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Tucci&Sons, Inc. , as ' Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal. sum of ago zany;pr Raul Amount of and-----/100 dollars ($ ), for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make n 9 g a award to the ci al r• Y Prin fo . r P S 324th Street Preservation Project According to the terms of the proposal or bid made by the Principal therefore, and the Principal r shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation 1 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. rSIGNED, SEALED AND DATED THIS 30th DAY OF June , 20 Tucci&So - n • 1 B : Principa ichael F Tuc. °resident Travelers Casualty and Surety Company of America Surety Karen J. Smith Attorney-In-Fact Date: , 201_. Received return of deposit i p in the sum of$ 1 r r City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 30 2015 RFB ver. 1-08 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER A111111k POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 229340 Certificate No. 006333118 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Karen J.Smith,Julie Craker,Thomas P.Hentschell,Leslie A.Parks,Brad Roberts,and Joanne Reinkensmeyer of the City of Tacoma ,State of Washington ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS 7WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 29th 2015 day of p Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company, Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company ��.��,,���yyy St.Paul Guardian Insurance Company pAS4q 1'41 I„y F10.E�4 *N INf � t 1' NS R u,4 J,,ItY A5 5Siew. Y,�i (s:) c d........� ay.•... a s ye �MNCE rs.ANA ....�..*A bt � s Altt •State of Connecticut By: f/ 't City of Hartford ss. Robert L.Raney, enior Vice President On this the 29th day of April 2015 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. "UR L u./" v t v► My Commission expires the 30th day of June,2016. C�pos«G * Marie C.Tetreault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 Attachment F City of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM INon-Collusion, Anti-Trust, Prevailing Wage (Non-Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment NON-COLLUSION AFFIDAVIT 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 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 other Bidder or Bidders; and NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT) To report bid rigging activities call: 1-800-424-9071 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 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 1 General. All information will be treated confidentially and caller anonymity will be respected; and CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER 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 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 exception; and ' PREVAILING WAGE AFFADAVIT ' I, 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 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 rabove and forgoing statement and certificate, know the contents thereof and the substance as set forth therein, is true to my knowledge and belief; and I City of Federal Way RFB#'15-003 ' S 324th St Preservation Project Page 31 2015 RFB ver. 1-08 I DEBARMENT AFFIDAVIT I.certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a 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 I 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 I that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five-year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. ICERTIFICATION OF LAWFUL EMPLOYMENT The contractor hereby certifies that it has complied with all provisions of the Immigration and INationality 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. I FOR: Non-Collusion Affidavit, Assignment of Anti-Trust Claims to Purchaser, Prevailing Wage 9 9 9 Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment. S 324th Street Preservation Project IName idder's Firm Th IMichael F Tucci President Signat e of Authorized Representative of Bidder I —k Subscribed and sworn to before me •' 3d day of 20�? ,__... .C.ee_____ ,, �`'p;..,;,,,E l4 ; sic.„ C . ol, y,.(o�,;'s `°4.4, .F - (printed/typed name of notary) NOTARY = Notary Public in and for the State of Washington I _ "°► • f"" My commission expires: t b[ t I to -,coil: PUBLIC e. : 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 32 2015 1 RFB vet-. 1-08 I Attachment G ICONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) I Date: 6) l i This statement relates to a proposal contract with the City of Federal Way named IS 324Th STREET PRESERVATION PROJECT I am the undersigned bidder or prospective contractor. I represent that: ave, _ have not, participated in a previous contract or subcontract subject to the President's I Eecutive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. I TIACCA: 4- LSbnS, (AC - 1 Na of Bidder I By IL:" Sign ure I Its: Michael F Tucci President IThe LZZyAfale✓ gl e- Address I I I 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 33 2015 RFB ver. 1-08 1 . Attachment H L !.gong!Disadvantaged Business I Enterprise Udllsstton Certification To tie eligible for award of I.his contract the bidder m6N I fill out and submit,as part of its bid proposal,the following DisaduanlageC Business Enterprise Utilization dertifirad ion relating IA Disadvantaged Business Enterprise(CBE)requirements-The Cunt rad ing Agency I shall consider as non-responsive and shad rat any bid proposal that does not contain a DBE Certification which property demonstrates that the bidder will morel the[DBE participation requirements in one of the manners provided for in the proposed contract The Bidtter must submit good faith effort documeentalion unity in the event the bidder's efforts to solicit sufficient DBE participation has been unsuccessful.The successful bidders Disadvantage Business Enterprise Uiititation Certification shall be deemed a part of the Irig ulling contract Information on�i certified firms is auaitable from QMWBE,telephone 360-664-9751)or Toll Free 1-866-208-1054. I V l CG( fJ C 1.p,sl I AL - certifies that the disadvantaged Business Enterprise(DBE) tax 11!tarot aQ Bhtlar I Firms listed below have been contacted regarding part icipal ion on this project.I F this bidder is successful an this pro ecl and is awarded the contract,il shall assure that subcontrads or supply agreements are executed with those Firms where an"Amount to be.Applied Towards Gear is listed.(if necessary,use additional sheiset) I Column 1 Name of DBE Cdum n 2 Project Role Cun 3 {Palm! Joint Wetter* Column 4 A t nt to *t Certificate lumber slaaconrratstra, Description of Work be Applied ittanufattier ,r,Regular Towards Goal I1, GIs} p P-COlDlli Wg 0edrn•i 1/,5D. clt • pioll.itn _26,7-1—rerib/,,/'''-7"-— - Gf ,,�- 1 .d �LFFi t-k M 5a►1--ti S 6 TA 41'L tb►'lY171 ,CaD Dc;. r a ta Ski C38(Ne Zi wa t 6. 7 — 1 8 1 10 . rt7Q iii disadvantaged Business Enterprise ubconlracling Goal: 111 0BFTotal S 4_? ,1Q�, Einx 7 7' East:3 ` F.agl.lar[realer status m-stbe acomum:pear to tae sr.hrrrhal l ,We Offr_a of ECt-.al OpprrtLrlly Wash Slim Gaps nr Irarspnrtatlrr.nr reach I `i crr•trar3 Sae Ma aenttnr-Crrerahrg t.3ESE.Parhripahm.trrrean. R4eahrgtta Grar ur the Crr•tract L7nrr.mart "` Ma f rc Itarar g Agar ry wll Lhla a this amn<rt to rattarrrrra whathar rr r rt the lyr.rata has mettle the gral Ir tha avert of ar arlttmahr:cttfaran:a talwaar thus trial arc the,1.m of the rrlvyra.al anuni.r is luster.ahmva Ihar the start of the ama.its tster:stall preuall ar a the total watt*mut at I acrnrrrrr�y f-artrt patt rrarrraxzrimepaatmt.rtwilharrr.icaracurILI-tarynrctra-raLSralparhrlpianrr f C61f Fcmt 272 C'_EA EF c7<C•i 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 34 2015 RFB ver. 1-08 . .. ........ ........ ._..... . .-_ _ _ I • I Department of Labor-and Industries r 1 PO Box 44450 < .°�� ,° SONS INC Olympia,WA 98504-4450 •'' " . s h '(,CIS*379N0 s , ' �_ '4.7 -i' I ''15 I . (, is so I , §.:44-04 �. .�. � ided by Law as: • ri _ > �,,t; � � s +coon Contractor I TUCCI&SONS INC imp nr*. /�: oi ° +a eB 0/1963 4 eaves r 4224 WALLER RD �, �� �t������� bRa �.■��r�f� ��'r.�, ��� .� ��� /9/2016 TACOMA :� ACOMA WA 98443 "� ��;, -! 5i / * Ntr,4$;,,,),.. W • . 889 1 1 ...--„,,,,,,___ Tio--62-1 - 15 , . I I Divk, Cxc • I b-) &it()- 2- • I • . 1 • I • I . I i I 1 . IFROM : FAX NO Jun. 29 2015 06:01AM P3 Attachment I I City of Federal Way 33325 8�'Ave 5 Federal Way,WA 98003 I ILocal Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document I As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we I have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise IUtilization Certification. IContract Title: S 324E Street Preservation Project Bidder's Business Name: / t & ( ?? IDBE's Business Name: c IDBE Signature: 0410110- c _ IDBE's Tide: ct;:z) ` �---‘. IDate: t-CD \\ The entries must be consistent with what is shown on the bidder's Disadvantaged Business I Enterprise Utilization Certification, Failure to do so will result in bid rejection. See contract provision; Disavantaged Business Enterprise Condition of A ward Participation. IDescription of Work: e\ec e Lc-Lc.J Amount to be Applied Towards Goal: ' 1 A, 5 0 0.0 0 I SR DOT Maw-mu EF ICity ofFede ai Way S 3241Q St Praavarion Project Page 35 81.33#I5-003 RPB vex. 1-08 2015 � ge 35 Attachment t Local Agency Disadvantaged Business Enterprise(DBE)Written Confirmation Document vided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • iiiJUN-30-2015 07:03 FROM:BC TRAFFIC LLC 3608958866 TO:12539222676 P.1 IAMRa(irint:tnt I City of Federal Way I 33325 86'Ave 5 Federal way, WA 98003 t Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document 1 As an authorized representative of the Disadvantaged Business Enterprise (DBE), I confirm that we I have been contacted by the referenced bidder with regard to the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's DisadvantaQed Business Enterprise IUtilization Cerfificatior. IContract True: S 324 'Street Preservation Project ' Bidder's Business Name: e( et got-Lc J„N e IDBE's Business Name: j ti° "Ticp,, ( e i.L e _ I1 ..10110.11111P.OBE Signature: IDBE's Tide: Ioats: 0(O 30 15 ' The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in bid rejection. See contract provision: Disavantaged Business Enterprise Condition of Award Participation. I 1 Description of Work: `� -(' e�J l IAmount to be Applied Towards Goal: 8 oeo. - _oo I SR DOT Form 4224131A EF mall City of Federal Way RFB#15003 I s 324°St Preservation Project Page 35 2015 RFB vcr. 1-08 age 35 Attachment/ Local Agency Disadvantaged Business Enterprise(D8EI)Written Confirmation Document • I Attachment I City of Federal Way 33325 8th Ave S Federal Way,WA 98003 Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document A A As an authorized representative of the Disadvantaged Business Enterprise(DBE), confirm that we have been contacted by the referenced bidder with regard to'the referenced project and if the bidder is awarded the contract we will enter into an agreement with the bidder to participate in the project consistent with the information provided in the bidder's Disadvantaged Business Enterprise Utilization Certification, Contract Title: s 320 Street Preservation Project Bidder's Business Name: CL ,SOIn.&, trey_ DBE's Business Name: KELAYE CONCRETE, LLC IDBE Signature: t DBE's Title: OWNER Date: 6/30/2015 The entries must be consistent with what is shown on the bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so wit result in bid rejection, See contract provision; Disavantaged Business Enterprise Condition of Award Participation, Description of Work: CONCRETE FLAT WORK Amount to be Applied Towards Goal: $27,805.00 SR OCT Form 422-031A EF 4712011 City of Federal Way S 324"St Preservation Project 2015 RFB ver. 1-08 Page 35 RFB#15-003 Attachment 1 PUBLIC WORKS CONTRACT FOR S 324T" STREET PRESERVATION PROJECT ' THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this 3/67- day of V , 201_6 and is made by and between the City of Federal Way, a Washington municipal corpora ion ("City or Owner"), and Tucci & Sons, Inc., a Washington corporation ("Contractor"). ' A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the S 324th Street Preservation Project located in ' 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 S 324th Street Preservation Project, including without limitation: The project shall consist of resurfacing S 324th Street from Pacific Hwy S to S 322nd St, which includes roadway excavation, planing bituminous pavement, and removal of existing curb and ' gutter, sidewalk, concrete approach, pedestrian refuge islands, wheel chair ramps and type C traffic curb. This work also includes overlaying S 324th Street from Pacific Hwy S to S 322nd St with HMA Class 1/2" PG 64-22 (2,706 tons), installation of new curb &gutter, installation of precast dual faced t sloped mountable curb, installation of concrete curb ramps, installation of pedestrian refuge islands, installation of pedestrian push button, channelization, and restoration work and utility adjustments ("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, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit C, Certificate(s) of Insurance Form attached hereto as Exhibit D, Performance / Payment Bond attached hereto as Exhibit E, Title VI Assurances attached hereto as Exhibit F, 2014 WSDOT/ ' APWA Standard Specifications for Road, Bridge and Municipal Construction, Amendments to the Standard Specifications, contract Special Provisions, FHWA 1273 attached as Appendix A, Standard Plans and Details attached as Appendix B, current State, Federal, King County Prevailing Wages and ' Benefit Code Key attached as Appendix C and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents"), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to ' the direction of the Mayor or his or her designee. 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. Notice to Proceed is expected to be given on City of Federal Way RFB# 15-003 S 324`x'St Preservation Project Page 36 2015 RFB ver. 1-08 I July 27, 2015. The Work shall be completed within 45 Working Days. All Work shall be completed I on or before October 31, 2015. 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 I 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". I 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, I 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 Y 9 da Y I (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. ULIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). I C = Original Contract amount. T = Original time for completion. I When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefits of the facilities, both form the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute I facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in I 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 on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The IContractor shall complete the remaining work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is Igranted. 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. I 1.5 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 hereafte r adopted or amended, a n d obtain all necessary Ipermits and pay all permit, inspection or other fees, at its sole cost and expense. City of Federal Way RFB# 15-003 S 324th St Preservation Project RFB ver. 1-08 Page 37 2015 I I I 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 I 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 increase or decrease in the compensation to be paid to Contractor as a result of such change in the U Work. 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 will 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. 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. I1.9 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 Iparticles to the ambient air environment within the City of Federal Way. 2. TERM I This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, which shall be no more than 45 working days to complete, and the Iexpiration of all warranties contained in the Contract Documents ("Term"). 3. COMPENSATION I3.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor in accordance with Attachment "B", Bid Form (which includes the Bid City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 38 2015 RFB ver. 1-08 1 Schedule), which amount shall constitute full and complete payment by the City ("Total ' Compensation"). 3.2 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. ' 3.3 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. 3.4 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 partial 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 obligation 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 ' Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. ' 4. EQUAL OPPORTUNITY EMPLOYER ' In 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, 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 comply with and shall not violate any of the terms 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 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 E. 5. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST S5.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick ' leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, ' regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall City of Federal Way RFB# 15-003 S 324`h St Preservation Project Page 39 2015 RFB ver. 1-08 1 not be deemed to convert this Agreement to an employment contract. It is recognized that I Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of Iinterest in favor of the City. 5.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the I contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. I6. CITY'S RIGHT TO TERMINATE CONTRACT 6.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at I 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 completed to the City's satisfaction, calculated by the percentage amount that portion of the Work Icompleted and accepted by the City bears to the Total Compensation. 6.2 Termination For Cause. The City may immediately terminate this Contract, take I 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: I (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its Icreditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. I (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. I (5) If the Contractor should fail to complete the Work within the time specified in this Contract. 1 (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. 1 (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. I (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. I (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. I City of Federal Way RFB# 15-003 S 324`h St Preservation Project Page 40 2015 RFB ver. 1-08 I (10) If Contractor shall be in breach or violation of any term or provision of this IContract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. I6.3 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 an repay a Contractor shall be obligated to y payments it received under this contract.p y I (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 I 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. I (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. (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. I7. INDEMNIFICATION 7.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the I 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. I7.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its n all officers, directors, shareholders, partners, employees, and agents harmless from any and a claims, I 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 representatives, arising from, resulting from or connected with this Contract to the extent solely Icaused by the negligent acts, errors, or omissions of the City, its employees or agents. 7.3 Survival. The provisions of this Section shall survive the expiration or termination of this IContract with respect to any event occurring prior to such expiration or termination. I City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 41 2015 IRFB ver. 1-08 I 8. INSURANCE I8.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: I (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; 1 ' (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. 8.2 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. ' (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. 1 8.3 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 hereto as Exhibit "D", which certificate must be executed by a person authorized by the Iinsurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. I8.4 Subcontractors. Contractors shall include all subcontractors as additional insured under is policies or shall furnish separate certificates for each subcontractor. All coverage for ubcontra for shall be sub'ect o all o the re irem is s ated-fie /,7 /-07/g Z7 /4)x•2 -,vote - a -rra : 8.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, I 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 or self-insured retentions. City of Federal Way RFB# 15-003 I S 324th St Preservation Project Page 42 2015 RFB ver. 1-08 r 8.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous 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 1 approved by the Risk Manager. 8.7 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 City may then award this Contract to the next lower bidder. ' 9. 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"E"and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the 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. ' 10. 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 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 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. 11. PREVAILING WAGES ' 11.1 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 projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe ' 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. City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 43 2015 RFB ver. 1-08 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. The 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. ' 11.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 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. 11.3 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. 11.4 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. 12. 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. City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 44 2015 ' RFB ver. 1-08 1 13. 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. 14. 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. 15. 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. 16. 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. 17. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: ' 17.1 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. ' 17.2 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 1 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. City of Federal Way RFB# 15-003 S 324` St Preservation Project Page 45 2015 RFB ver. 1-08 I I 17.3 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 I 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 I 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 I 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. I18. GENERAL PROVISIONS 18.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties I with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 18.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. I18.3 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 Iprovisions shall remain in full force and effect. 18.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all I of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. I18.5 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. I18.6 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 Ipossession 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. I 18.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or Idefault. 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. 1 18.8 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. I City of Federal Way RFB# 15-003 Is 324`h St Preservation Project Page 46 2015 RFB ver. 1-08 18.9 Authority. Each individual executing this Contract on behalf of the City and Contractor ' represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. ' 18.10 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. 18.11 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. 18.12 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. 18.13 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. ' 18.14 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: ear errell, Mayor 33325 8th Avenue South Federal Way, WA 98003-6325 ' ATTEST: ' -rk, Stephanie Courtne • C APPROVED AS TO FORM: 1 Io(City Attorney, Amy Jo Pearsall City of Federal Way RFB# 15-003 ' S 324th St Preservation Project Page 47 2015 RFB ver. 1-08 I ITUCCI & SONS, INC. ( . By: ✓ I (Signature) Michael F. Tucci illPresident I 4224 Waller Road Tacoma WA 98443 ,2 9Z2-/67/' I (Phone) I STATE OF WASHINGTON ) ) ss. COUNTY OF PIERCE ) IOn this day personally appeared before me Michael F. Tucci, to me known to be the President of Tucci & Sons, Inc., that executed the foregoing instrument, and acknowledged the said instrument I 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. IGIVEN my hand and official seal this ✓17day of SP I , 2Q.?. 0 / OF / I sritn - af'i ,`��.,„,11,,,,.,,�� (typed/printed name of notary)f.10 % .,0/� ' Notary Public in and for the State of Washington. ' �JS+,S"ON 4-;,,,,;`E` My commission expires /6/'//v . . . JL • NOTARY I _ -4 • r - PUBLIC le i OF wa 'ot I I I City of Federal Way RFB# 15-003 I S 324th St Preservation Project Page 48 2015 RFB ver. 1-08 EXHIBIT A I R, STATg 0,4 4 2885` NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT IContractor's UBI Number: Date: Assigned to: IDate Assigned: UBI Number: I Notice is hereby given relative to the completion of contract or project described below Project Name Contract Number Job Order Contracting _ ❑ Yes ❑ No ' Description of Work Done/Include Jobsite Address(es) IFederally funded road transportation project? El Yes ❑ No Contractor's Name Telephone Number Affidavit ID* IContractor Address If Retainage is Bonded,List Surety's Name(or attach a copy) II' I Surety Agent's Address Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted Contract Amount $ I Additions (+ ) $ Liquidated Damages $ Reductions ( ) $ Amount Disbursed$ Sub-Total $ 0.00 Amount Retained$ IAmount of Sales Tax Paid at 0,000% (If various rates apply,please send a breakdown) $ TOTAL $ 0.00 TOTAL $ 0.00 I NOTE: These two totals must be equal Please List all Subcontractors and Sub-tiers Below: Subcontractor's Name: UBI Number: (Required) Affidavit ID* I I I _ _ RPM I [1n:0e 1pr i)nr 1 2 Continued on page 2 I City of Federal Way S 324th St Preservation Project 2015 RFB ver, 1-08 RFB# 15-003 Page 49 Please List all Subcontractors and Sub-tiers Below: Subcontractor's Name: UBI Number: (Required) Affidavit ID* 1 1 s. � #r ; .a.�;t= .>�.. `.:� .< '�t ..:.�� ..m `���'_.... .. ...... .. ._------...,. Contact Name- Title: Email Address: Phone Number: l,otc. lt1\, ti-Vtll 11111111.u1U11.1) DULL-., Utix l.V fill cll.l. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Affidavit ID*-Provide known ones at this time.No IN! release will be granted until all affidavits are completed. Submitting Form: Please submit the completed form to all three agencies below. For a faster response,please submit by e-mail ' Washington State Washington Stale Washington State Department of Revenue i y Department of Labor and industries Employment Security Department Public Works Section j' Contract Release Registration,Inquiry,Standards& PC 3n=1'=71 PO 9os 34274 Coordination Unit 0i,-oia t!\98504-'4'1 O ,DIa P/a 335Q4 42'2 PC Box 90.46 360,-' ;3588 360}90 c 5-2 �Divnpia Ala 38507 9046 as 3s0 1 a "9 ca o 9 a89- 30 902-9450 N X70 sac 30°x ea �: wa Oo= a' 360:-30)2 428' l t,_! C1t1CC 'lt IC, eci est Ylltti Jokiiimeni itl ;310 9iternute r tr'ldl. bolt ho ::lit>!" •d1.�7.: t :`lli ,li1j-64' -7;)f= Tel t;pe TT i, use,is nai; _ti 3n(); �)� 5 City of Federal Way RFB # 15-003 S 324th St Preservation Project Page 50 2015 RFB ver. 1-08 I EXHIBIT B I CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 1 PROJECT CHANGE ORDER EFFECTIVE DATE ' NUMBER NUMBER IPROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: IThe 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 Iprovisions 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 $ IUNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE IITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE I TOTAL NET CONTRACT: INCREASE $ DECREASE $ ISTATEMENT: Payment for the above work will be in accordance with applicable portions of the standard I 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. I CONTRACTOR'S DEPT. DIRECTOR/MANAGER DATE SIGNATURE SIGNATURE I I I City of Federal Way RFB# 15-003 tY Y S 324th St Preservation Project Page 51 2015 IRFB ver. 1-08 1 DEPARTMENT RECAP TO DATE: *Adjustments: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ ' THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ ' ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ ' PAY THIS ADJUSTED AMOUNT ❑ DECREASED$$ DEPARTMENT DIRECTOR'S SIGNATURE 1 1 1 1 1 City of Federal Way RFB# 15-003 tY Y S 324th St Preservation Project Page 52 2015 ' RFB ver. 1-08 1 EXHIBIT C ' NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO:1 AND TO: AL��PLO EES� /J 4 /#JL? / ' (Name of Union or Organization) The undersigned currently holds contract(s) with Z4 .gX ti it involving ' funds or credit of the City of Federal Way, Washingtbri; or (a) subcontract(s) 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: Jeff Huynh City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 411,1X7.. .d1 1 (Contractor or subcontractor) J /1., _2015 ' 4Date City of Federal Way RFB ft 15-003 S 324th St Preservation Project Page 53 2015 ' RFB ver. 1-08 1 EXHIBIT D ' CERTIFICATE OF INSURANCE 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 54 2015 ' RFB ver. 1-08 IClient#:24451 Exhibit D TUCCSONS ACORDr. CERTIFICATE OF LIABILITY INSURANCE DATE(MWDD/YYYY) I 7/16/2015 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 BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED I 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). I PRODUCER CONTACT — --i ---- --- NAME: Christine Maden Propel Insurance PHONE 800 499-0933 FAX 8 (Arc,No,Ext): ___�A/C,No): 66.577.1326 Tacoma Commercial Insurance E-MAIL 1201 Pacific Ave,Suite 1000 ADDRESS: CLM @propelinsurance.com Tacoma,WA 98402 INSURER(S)AFFORDING COVERAGE ( NAIC# INSURER A:Zurich-American Insurance Compa 116535 INSURED INSURER a:Navigators Insurance Company 42307 Tucci&Sons Inc — 4224 Waller Road INSURER C:AIG Specialty Insurance Company 126883 1 Tacoma,WA 98443 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: I THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBRI POLICY EFF POLICY EXP I LTR TYPE OF INSURANCE L LIABILITY INSR WVD POLICY NUMBER (MMIDDM'YY) (MM/DD/YYYY) LIMITS A GENERAL LIABILITY X X GL0399266911 01/01/2015 01/01/2016 EACH OCCURRENCE X 000,000 X COMMERCIAL GENERAL DAMAGE TO RENTED PREMISES(Ea occurrence) $300,000 _ CLAIMS-MADE r Xl OCCUR MED EXP(Any one person) $10,000 I X PD Ded:$10,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X PECOT I ;LOC $ ----- I A AUTOMOBILE LIABILITY X I X BAP399266811 01/01/2015 01/01/2011—COMBIN a accidEDent)SINGLE LIMIT 1,000,000 (E X ANY AUTO BODILY INJURY(Per person) $ $ ALL OWNED SCHEDULED ,BODILY INJURY(Per accident) $ ' AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per accident $ B UMBRELLA LIAB IX 1OCCUR X X SEI5EXC720942IV 01/01/2015 01/01/201. EACH OCCURRENCE $5,000,000 x EXCESS LIAB j CLAIMS-MADE AGGREGATE $55000,000 I DED RETENTION$ _ $ WORKERS COMPENSATION (WA Stop Gap) r—WC STATU- OTH- AND EMPLOYERS'LIABILITY Y/N TORY LIMITS I ER A ANY PROPRIETOR/PARTNER/EXECUTIVE GL0399266911 01/01/2015I01/01/20161 E.L.EACH ACCIDENT 1$1,000 000 OFFICER/MEMBER EXCLUDED? + NIA 1 � --z---------- I (Mandatory in NH) — I E L.DISEASE-EA EMPLOYEE$1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below 1 E.L.DISEASE-POLICY LIMIT $1,000,000_ C Pollution j CPO1671517 01/01/2015 01/01/2016 $1,000,000 Occurrence Liability $1,000,000 Aggregate IDESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE:S.324th Street Preservation Project. City of Federal Way,its officers,officials,employees,volunteers,and agents are additional insured per Ithe attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Federal Way SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 33325 8th Ave.South ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way,WA 98003-6325 AUTHORIZED REPRESENTATIVE I �"' �_:moue_. I ��eif, i, "2Atnra."..*"m**. ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD I #S1799859/M1614975 CTOO I This page has been left blank intentionally. I I I I I I I I 1 I I . I I I I I IGL0399266911 I Additional Insured —Automatic — Owners, Lessees Or ZURICH 0 Contractors 1 Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. I01/01/2015 01/01/2016 ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Tucci&Sons Inc IAddress(including ZIP Code): 1 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1 A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person I or organization is an additional insured only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or I 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard",which is the subject of the written contract or written agreement. i I However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for I such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: I "Bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural,engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, Ifield orders,change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the I supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. I I U-GL-1175-F CW(04/13) Page 1 of 2 I Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 1 I GL0399266911 C. 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 The additional insured must see to it that: 1. We are notified as soon as practicable of an"occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by I q Y another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement I requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability ' ' Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional Iinsured provided that: a. The additional insured is a Named Insured under such other insurance; and I b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: IThis insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy I providing coverage for the same "occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- I contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. I F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1 1. Required by the written contract or written agreement referenced in Paragraph A.of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, I whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. IAll other terms and conditions of this policy remain unchanged. I I I U-GL-1175-F CW(04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I I Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff Date of End. Producer Add'I.Prem Return Prem. GL0399266911 01/01/2015 01/01/2016 01/01/2015 $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: I If you are required by a written contract or agreement,which is executed before a loss,to waive your rights of recovery from oth- ers,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other 1 operations in which the insured has no contractual interest. I I I 1 I I 1 U-GL-925-B CW(12/01) 1 Page 1 of 1 1 I 9 Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: I Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": I a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your I permission,while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. ' c. Anyone else who furnishes an "auto"referenced in Paragraphs A.1.a.and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s)or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) I directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations,whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you I executed prior to any"accident",will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. I B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: I (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a Iday because of time off from work. 1 U-CA-424-F CW(04-14) Page 1 of 6 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 1 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: ' This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the ' Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage ' The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss"to a covered "auto",we will pay any unpaid amount due on the lease or loan for a covered ' "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: 1 (1) Overdue lease or loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; ' (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and ' (5) Carry-over balances from previous leases or loans. F. Towing and Labor ' Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However,the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a.of the Physical Damage Coverage Section: I If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. ' H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: ' Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided • for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". ' However,the most we will pay for any expenses for loss of use is$100 per day,to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an"insured"; and (2) In or on a covered"auto". b. Subject to Paragraph a.above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace;or ' (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". •No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of ' the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. ' (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. 1 (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio,visual or data electronic equipment. ' Any coverage provided by this Provision is excess over any other insurance coverage available for the same"loss". J. Tapes, Records and Discs Coverage ' 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic ' equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an"insured"; and (b) Are in a covered "auto"at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such"loss". I U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I IK. Airbag Coverage The Exclusion in Paragraph B.3.a.of Section III—Physical Damage Coverage in the Business Auto Coverage Form I and the Exclusion in Paragraph B.4.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles IThe following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you I by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by I the amount of the smaller(or smallest)deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: I Regardless of the number of covered "autos"damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all"loss"from any one cause is$5,000 or the deductible shown in the Declarations, I whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: ITemporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: IAny "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 1 4. "Loss"; or 5. Destruction. I 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute "auto"unless the "loss"results from fraudulent acts or I omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it Ireplaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss I Paragraph a.of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss"is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any 1 U-CA-424-F CW(04-14) Page 4 of 6 IIncludes copyrighted material of Insurance Services Office,Inc.,with its permission. I Iagent, servant or employee of the"insured"to notify us of any"accident", claim, "suit" or"loss"shall not invalidate the insurance afforded by this policy. IInclude, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit"including, but not limited to, the date and details of such claim or"suit"; I (2) The"insured's" name and address; and (3) To the extent possible,the names and addresses of any injured persons and witnesses. I If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. I P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or I "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage IParagraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: in IFor Hired Auto Physical Damage Coverage,the following are deemed to be covered"autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and I (2) Any covered"auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. I However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered"auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: IHowever, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or I (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: ' ' (5) Anywhere in the world if a covered "auto"is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined I The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. I I U-CA-424-F CW(04-14) Page 5 of 6 IIncludes copyrighted material of Insurance Services Office,Inc.,with its permission. I U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability ICoverage is replaced by the following: Expected Or Intended Injury I "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. ' V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions Ia. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending. , regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its I "loss" W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: IIn the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a I maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. I To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric. hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be I powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto"powered by an alternative fuel source. X. Return of Stolen Automobile I The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. IP P Y I I I U-CA-424-F CW(04-14) Page 6 of 6 IIncludes copyrighted material of Insurance Services Office,Inc.,with its permission. , 1 Bond No. 106300268 I EXHIBIT E CITY OF FEDERAL WAY PERFORMANCE/PAYMENT BOND IKNOW ALL PEOPLE BY THESE PRESENTS: ' We, the undersigned Tucci & Sons, Inc. , ("Principal")and Travelers Casualty and Surety Company of Americathe undersigned corporation organized and existing under the laws of the State of Connecticut and legally doing business in the State of Washington as a surety ("Surety"), I are held and firmly bonded unto the City f F al W y a Washington municipal corporation ("City") in the penal sum of Six Hu�dred Fo�y Nine Thousand Eig Hundred ' p Forty 9 8nd r.�/1flfl Dollars and no/100($649,845.54 ) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. cr This obligation is entered into an Agreement with the City dated \I 1,(,L DI 2015 for S. 324th Street Preservation Project I NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within 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 III 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 I Principal, or any subcontractor in the performance of said work, 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, 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 waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. IThe 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. III 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 itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to I 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 I under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the I 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. I 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 the mediation procedures of United States Arbitration and Mediation ("USA&M"). The Parties shall I City of Federal Way RFB# 15-003 S 324`"St Preservation Project Page 55 2015 • RFB ver. 1-08 I 1 proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle I 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. IDATED this16th day of July , 2015 . CORPORATE SEAL OF PRINCIPAL: PRINCIPAL I Tucci &Sons, Viz_ By: (Name of Pe on Executing Bond) IIts: Michael F Tucci President (Title) 4224 Waller Road Tacoma, WA 98443 , e ' �� k�• (Address) (253) 922-6676 (Phone) ',,, ,�s ".� CERTIFICATE AS TO CORPORATE SEAL II hereby certify t at I m the Assistant) Secretary of the Corporation named as Principal in the 7w in.bor}d; t a / who signed the said bond on behalf of the Principal, was_ /WS,Y/�/} of the said Corporation; that I know his or her signature thereto is genuine, and that I said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. 1 \ nrYtAn V -1., S&retary ' CORPORATE SEAL OF SURETY: SURETY Ir Travelers asualty and S rety Compan of America Att y-in-Fact r I (Attach Power of Attorney) I :' 'NNO . '0 0J1N 41{ : '° Karen J. Smith =1 ( (Name of Person Executing Bond) ,,��. �/3°` � t- do Hentschell &Associates, Inc. I .. r 0R+,Hew+r 1436 S. Union Ave., Tacoma,WA 98405-1925 I (Address) (253)272-1151 I (Phone) I City of Federal Way RFB# 15-003 S 324`"St Preservation Project Page 56 2015 RFB ver. 1-08 1 ' APPROVED AS TO FORM: -r,./Amy Jo Pearsall, City Attorney City of Federal Way RFB 15-003 S 32 `^St Preservation Project Page 57 2015 RFB ver. 1-08 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company I Attorney-In Fact No. 229340 Certificate No. 006333146 1 ' KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint I Karen J.Smith,Julie Craker,Thomas P.Hentschell,Leslie A.Parks,Brad Roberts,and Joanne Reinkensmeyer I I Tacoma Washington of the City of ,State of ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of ' contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. 29th I IN WITNESS.WHEREOF,the Comp rLlif have caused this instrument to be signed and their corporate seals to be hereto affixed,this day of Hpn11 fill Farmington Casualty Company St.Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company �SU 1`4•tl•II, F\0.Ex .'W'.. r•NS •"k. TY Ah Y 2 G ,fir` py�"" `� ( ?) P�......�Ay t J'VJ.: .y:-N 1Q. RPORA n A m:ao_._Tf�.� u 195 d.•... ;•an N;;‘,4:... ..',,A b as f ,[1Y ttl°' IState of Connecticut By: Al City of Hartford ss. Robert L.Raney, enior Vice President I 29th April 2015 On this the day of_ ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul I Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G In Witness Whereof,I hereunto set my hand and official seal. t W w" v • ..44v1 My Commission expires the 30th day of June,2016. * "UBLO�+ * Marie C.Tetreault,Notary Public I at/ 58440-8-12 Printed in U.S.A. I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER f I I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States IFidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is I FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. 1 IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies thi ' day of ,20 /5 I let- 'E.Hughes,Assistant Sec 1ary , ' qtr ° ati y Y sa `A uA �ta�r,,,,V ogE a., �N••!NS iN' s `• tv AN') r, \t.,1 ' � % f I If r,tOPPOP�>�;y PPORAl ,{ v‘ ��Y fr�+�RQC'1T ,- i 1982s I7C TEO 4'z' ` C' 4,s,,..,....4„..,, ._ f t a HARTFORD a 1 .���TT{..{{ J 1 f E 1951 I.:� {{����', G, .. �� `� a CONN. v 4y�ct+'ae ` t�� Y> ti ��Ga. .,SEAL;�ot �6:,SEALiD3 ,o � "� � as � ,Ry '',4#4 � 1*, To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the t tf et number,the above-named individuals and the details of the bond to which the power is attached. I I I I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I EXHIBIT F ' TITLE VI ASSURANCES During the performance of this contract, the contractor/consultant, for itself, its assignees and ' successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations 1 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 ' Federal Regulations, part 26, 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. 2. Non-discrimination The contractor, with regard to the work performed by it during the contract, shall not ' 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 ' Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. ' 3. Solicitations for Sub-contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for 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 ' the grounds of race, color, sex, or national origin. 4. Information and Reports ' The 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 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 the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. 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 ' determine 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 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 58 2015 ' RFB ver. 1-08 1 , 6. Incorporation of Provisions ' The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the ' 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 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 USDOT enter into such litigation to protect the interests of the United States. i 1 I 1 1 City of Federal Way RFB# 15-003 S 324th St Preservation Project Page 59 2015 ' RFB ver. 1-08 ' 1 INTRO.AP1 2 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 I 6 7 AMENDMENTS TO THE STANDARD SPECIFICATIONS 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 1.1 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. I 15 16 1-01.AP1 17 . Section 1-01, Definitions and Terms I18 August 4, 2014 19 1-01.3 Definitions ' 201 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: 34 35 Drawings, plans, diagrams, or any other supplementary data or calculations, including a I36 schedule of submittal dates for Working Drawings where specified,which the Contractor 37 must submit to the Engineer. 38 ' 39 1-02.AP1 40 Section 1-02, Bid Procedures and Conditions I 41 April 7, 2014 42 1-02.8(1) Noncollusion Declaration 43 The third paragraph is revised to read: 44 ' Page 1 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 ' Amendments to the Standard Specifications 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 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 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 • Page 2 City of Federal Way RFB#15-003 S 324k'St Preservation Project 2015 Amendments to the Standard Specifications I II 2 the purpose of this Section, an item of Work will be defined as any item that qualifies for adjustment under the provisions of Section 1-04.6. 3 I4 5 The last two paragraphs are deleted. 6 This section is supplemented with the following new subsections: 7 I 8 9 1-04.4(2) Value Engineering Change Proposal (VECP) 10 1-04.4(2)A General I 11 A VECP is a Contractor proposed change to the Contract Provisions which will 12 accomplish the projects functional requirements in a manner that is equal to or 13 better than the requirements in the Contract. The VECP may be: (1)at a less cost • 14 or time, or(2) either no cost savings or a minor increase in cost with a reduction in 15 Contract time The net savings or added costs to the Contract Work are shared by 16 the Contractor and Contracting Agency. I 17 18 The Contractor may submit a VECP for changing the Plans, Specifications, or other 19 requirements of the Contract. The Engineer's decision to accept or reject all or part 20 of the proposal is final and not subject to arbitration under the arbitration clause or I 21 otherwise subject to litigation. 22 I 23 The VECP shall meet all of the following: 24 25 1. Not adversely affect the long term life cycle costs. 26 I 27 2. Not adversely impact the ability to perform maintenance. 28 29 3. Provide the required safety and appearance. I 30 31 4. Provide substitution for deleted or reduced Disadvantaged Business 32 Enterprise Condition of Award Work, Apprentice Utilization and Training. I 33 34 VECPs that provide a time reduction shall meet the following requirements: 35 I 36 1. Time saving is a direct result of the VECP. 37 38 2. Liquidated damages penalties are not used to calculate savings. 39 I40 3. Administrative/overhead cost savings experienced by either the Contractor 41 or Contracting Agency as a result of time reduction accrue to each party 42 and are not used to calculate savings. 43 44 1-04.4(2)B VECP Savings 45 I 46 1-04.4(2)B1 Proposal Savings 47 The incentive payment to the Contractor shall be one-half of the net savings of 48 the proposal calculated as follows: I 49 50 1. (gross cost of deleted work)—(gross cost of added work)=(gross 51 savings) I Page 3 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 • 2 2. (gross savings)—(Contractor's engineering costs)—(Contracting 3 Agency's costs)= (net savings) 4 1 5 3. (net savings)/2 =(incentive pay) 6 7 The Contracting Agency's costs shall be the actual consultant costs billed to 8 the Contracting Agency and in-house costs. Costs for personnel assigned to I 9 - the Engineer's office shall not be included. 10 11 1-04.4(2)B2 A dd e d Costs to A chieve Time Sav in 12 The cost to achieve the time savings shall be calculated as follows: 13 14 1. (cost of added work)+(Contractor's engineering costs "- Contracting I 15 Agency's engineering costs)= (cost to achieve time savings) 16 17 2. (cost to achieve time savings)/2 =(Contracting Agency's share of - I 18 added cost) 19 20 If the timesaving proposal also involves deleting work and, as a result, creates I 21 a savings for the Contracting Agency, then the Contractor shall also receive 22 one-half of the savings realized through the deletion. 23 24 1-O4.4(2)C VECP Approval I 25 26 1-O4.4(2)C1 Concept Approval 27 The Contractor shall submit a written proposal to the Engineer for I 28 consideration. The proposal shall contain the following information: 29 30 1. An explanation outlining the benefit provided by the change(s). 31 32 2. A narrative description of the proposed change(s). If applicable, the 33 discussion shall include a demonstration of functional equivalency or.a I 34 description of how the proposal meets the original contract scope of 35 work. 36 37 3. A cost discussion estimating any net savings. Savings estimates will I 38 generally follow the outline below under the section, "Proposal 39 Savings". 40 41 4. A statement providing the Contracting Agency with the right to use all 42 or any part of the proposal on future projects without future obligation 43 or compensation. I 44 45 5. A statement acknowledging and agreeing that the Engineer's decision 46 to accept or reject all or part of the proposal is final and not subject to I 47 arbitration under the arbitration clause or otherwise be subject to 48 claims or disputes. 49 50 6. A statement giving the dates the Engineer must make a decision to I 51 accept or reject the conceptual proposal, the date that approval to Page 4 City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 I Amendments to the Standard Specifications II 2 proceed must be received, and the date the work must begin in order to not delay the contract. If the Contracting Agency does not approve 3 the VECP by the date specified by the Contractor in their proposal the I 4 VECP will be deemed rejected. 5 6 7. The submittal will include an analysis on other Work that may have 7 costs that changed as a result of the VECP. Traffic control and I 8 erosion control shall both be included in addition to any other impacted 9 Work. 10 I 11 After review of the proposal, the Engineer will respond in writing with 12 acceptance or rejection of the concept. This acceptance shall not be 13 construed as authority to proceed with any change contract work. Concept I 14 approval allows the Contractor to proceed with the Work needed to develop 15 final plans and other information to receive formal approval and to support 16 preparation of a change order. I 17 18 1-04.4(2)C2 Formal Approval 19 The Contractor's submittal to the Engineer for formal approval shall include the I 20 21 following: 22 1. Deleted Work— Include the calculated quantities of unit price Work to 23 be deleted. Include the proposed partial prices for portions of lump I 24 sum Work deleted. For deletion of force account items include the 25 time and material estimates. 26 I 27 2. Added Work— Include the calculated quantities of unit price Work to 28 be added, either by original unit Contract prices or by new, negotiated 29 unit prices. For new items of Work include the quantities and I 30 31 proposed prices. 32 3. Contractor's Engineering Costs—Submit the labor costs for the I 33 34 engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 35 I 36 37 4. Schedule Analysis— If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the 38 changed Work. The submittal shall also include a discussion 39 comparing the partial progress schedule with the approved progress I 40 41 schedule for the project. 42 5. Working Drawings—Type 3 Working Drawings shall be submitted; I 43 those drawings which require engineering shall be a Type 3E. 44 45 Formal approval of the proposal will be documented by issuance of a change I46 order. The VECP change order will contain the following statements which the 47 Contractor agrees to by signing the change order: 48 I 49 50 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 51 I Page 5 City of Federal Way RFB#15-003 324x`St Preservation Project 2015 Is Amendments to the Standard Specifications 1 • 1 2. The Contractor accepts risk of constructability of the changed Work. 2 3 3. The Contractor provides the Contracting Agency with the right to use 4 all or any part of the proposal on future projects without further 5 obligation or compensation. 6 7 VECP change orders will contain separate pay items for the items that are 8 applicable to the Proposal. These are as follows: 9 10 1. Deleted Work. 11 12 2. Added Work. 13 14 3. The Contractor's engineering costs, reimbursed at 100 percent of the I 15 Contractor's cost. 16 17 4. Incentive payment to the Contractor. 18 19 When added Work costs exceed Deleted Work costs, but time savings make a 20 viable proposal, then items 3 and 4 above are replaced with the following: 21 22 3. The Contracting Agency's share of added cost to achieve time 23 savings. 24 25 4. The Contractor's share of savings from deleted Work. 26 27 1-04.4(2)C3 Authority to Proceed with Changed Work 28 The authority for the Contractor to proceed with the VECP Work will be 29 provided by one of the following options: 30 '31 1. Execution of the VECP change order, or 32 33 2. At the Contractor's request the Contracting Agency may provide , 34 approval by letter from the Engineer for the Work to proceed prior to 35 execution of a change order. All of the risk for proceeding with the 36 VECP shall be the responsibility of the Contractor. Additionally, the 37 following criteria are required to have been met: 38 39 a) Concept approval has been granted by the Contracting Agency. 40 41 b) All design reviews and approvals have been completed, including 42 plans and specifications. 43 44 c) The Contractor has guaranteed, in writing,the minimum savings 45 to the Contracting Agency. 46 '. • 1 Page6 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 I Amendments to the Standard Specifications 1 1-05.AP1 2 Section 1-05, Control of Work I3 August 4, 2014 4 1-05.1 Authority of the Engineer 5 In this section, "Project Engineer" is revised to read "Engineer". 6 7 The second paragraph (up until the colon) is revised to read: 8 ' 9 The Engineer's decisions will be final on all questions including the following: 10 11 The first sentence in the third paragraph is revised to read: 12 13 The Engineer represents the Contracting Agency with full authority to enforce Contract 14 requirements. ' 15 16 1-05.2 Authority of Assistants and Inspectors 17 The first paragraph is revised to read: 18 19 The Engineer may appoint assistants and Inspectors to assist in determining that the 20 Work and materials meet the Contract requirements. Assistants and Inspectors have ' 21 the authority to reject defective material and suspend Work that is being done 22 . improperly, subject to the final decisions of the Engineer. 23 24 In the third paragraph,"Project Engineer" is revised to read "Engineer". ' 25 26 1-05.3 Plans and Working Drawings 27 This section's title is revised to read: • 28 29 Working Drawings 30 I 31 This section is revised to read: 32 33 The Contract may require the Contractor to submit Working Drawings for the ' 34 performance of the Work. Working Drawings shall be submitted by the Contractor 35 electronically to the Engineer in PDF format; drawing details shall be prepared in 36 accordance with conventional detailing practices. If the PDF format is found to be I 37 unacceptable, at the request of the Engineer, the Contractor shall provide paper copies 38 of the Working Drawings with drawings on 11 by 17 inch sheets and calculations/text on 39 81/2 by 11 inch sheets. 40 ' 41 Working Drawings will be classified under the following categories: 42 43 1. Type 1 —Submitted for Contracting Agency information. Submittal must be I44 received by the Contracting Agency a minimum of 7 calendar days before work 45 represented by the submittal begins. 46 47 2. Type 2-Submitted for Contracting Agency review and comment. Unless 48 otherwise stated in the Contract, the Engineer will require up to 20 calendar 49 days from the date the Working Drawing is received until it is returned to the ' Page 7 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 . 1 Contractor.The Contractor shall not proceed with the Work represented by the 2 Working Drawing until comments from the Engineer have been addressed. 3 4 3. Type 2E—Same as a Type 2 Working Drawing with Engineering as described 5 below. 6 7 4. Type 3—Submitted for Contracting Agency review and approval. Unless 8 otherwise stated in the Contract, the Engineer will require up to 30 calendar 9 days from the date the Working Drawing is received until it is returned to the 10 Contractor. The Contractor shall obtain the Engineer's written approval before 11 proceeding with the Work represented by the Working Drawing. 1 . 12 13 5. Type 3E—Same as a Type.3 Working Drawing with Engineering as described 14 below. 15 16 All Working Drawings shall be considered Type 3 Working Drawings except as 17 specifically noted otherwise in the Contract. Unless designated otherwise by the 18 Contractor, submittals of Working Drawings will be reviewed in the order they are 19 received by the Engineer. In the event that several Working Drawings are received 20 simultaneously, the Contractor shall specify the sequence in which they are to be 21 reviewed. If the Contractor does not submit a review sequence for simultaneous 22 Working Drawing submittals, the review sequence will be at the Engineer's discretion. 23 24 Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by(or 25 under the direction of)a Professional Engineer, licensed under Title 18 RCW, State of 26 Washington, and in accordance with WAC 196-23-020. Design calculations shall carry 27 the Professional Engineer's signature and seal, date of signature, and registration I 28 . number on the cover page. The cover page shall also include the Contract number, 29 Contract title and sequential index to calculation page numbers. 30 I 31 If more than the specified number of days is required for the.Engineer's review of any 32 individual Working Drawing or resubmittal,an extension of time will be considered in 33 accordance with Section 1-08.8. 34 35 Review or approval of Working Drawings shall neither confer upon the Contracting 36 Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings 37 or their conformity with the Contract The Contractor shall bear all risk and all costs of 38 any Work delays caused by rejection or nonapproval of Working Drawings. 39 40 Unit Bid prices shall cover all costs of Working Drawings. 41 42 1-07.AP1 43 Section 1-07, Legal Relations and Responsibilities to the Public 44 January 5, 2015 45 1-07.2 State Taxes 46 This section is revised to read: 47 48 The Washington State Department of Revenue has issued special rules on the state 49 sales tax. Sections 1-07.2(1)through 1-07.2(3)are meant to clarify those rules. The Page 8 , City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications II Contracting Agency will not adjust its payment if the Contractor bases a Bid on a 2 misunderstood tax liability. , 3 I 4 The Contracting Agency may deduct from its payments to the Contractor, retainage or 5 lien the bond, in the amount the Contractor owes the State Department of Revenue, 6 whether the amount owed relates to the Contract in question or not. Any amount so I 7 deducted will be paid into the proper State fund on the contractor's behalf. For 8 additional information on tax rates and application refer to applicable RCWs, WACs or 9 the Department of Revenue's website. 10 1 11 1-07.2(1) State Sales Tax: Work Performed on City, County,or Federally 12 Owned Land 13 This section including title is revised to read: I 14 15 1-07.2(1) State Sales Tax: WAC 458-20-171 —Use Tax 16 For Work designated as Rule 171, Use Tax, the Contractor shall include for 17 compensation the amount of any taxes paid in the various unit Bid prices or other 18 Contract amounts. Typically, these taxes are collected on materials incorporated into 19 the project and items such as the purchase or rental of; tools, machinery, equipment, or I 20 21 consumable supplies not integrated into the project. 22 The Summary of Quantities in the Contract Plans identifies those parts of the project I23 that are subject to Use Tax under Section 1-07.2(1). 24 . 25 1-07.2(2) State Sales Tax: Work on State-Owned or Private Land 26 This section including title is revised to read: I27 28 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax 29 For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from I 30 the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting 31 Agency will automatically add this Retail Sales Tax to each payment to the Contractor 32 and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid I 33 prices or in any other Contract amount. However, the-Contracting Agency will not 34 provide additional compensation to the Prime Contractor or Subcontractor for Retail 35 Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total I 36 contract amount. Typically, these taxes are collected on items such as the purchase or 37 rental of; tools, machinery, equipment, or consumable supplies not integrated into the 38 project. Such sales taxes shall be included in the unit Bid prices or in any other Contract I 39 40 amounts. 41 The Summary of Quantities in the Contract Plans identifies those parts of the project 1 42 that are subject to Retail Sales Tax under Section 1-07.2(2). 44 1-07.2(3) Services 45 This section is revised to read: I46 47 Any contract wholly for professional or other applicable services is generally not subject 48 to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from I 49 the Contracting Agency on those Contracts. Any incidental taxes paid as part of 50 providing the services shall be included in the payments under the contract. 51 I Page 9 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1-07.23(1) Construction Under Traffic I 2 In the second paragraph, the following new sentence is inserted after the second sentence: 3 4 Accessibility to existing or temporary pedestrian push buttons shall not be impaired. 5 6 1-08.AP1 7 Section 1-08, Prosecution and Progress 8 May 5, 2014 9 1-08.1 Subcontracting , 10 The eighth paragraph is revised to read: 11 12 On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, I 13 Minority, Women's, or Small Business Enterprise firms that were used as 14 Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service 15 providers on the Contract. This Certification shall be submitted to the Project Engineer 16 on a monthly basis each month between Execution of the Contract and Physical 17 Completion of the contract using the application available at: 18 https://remoteapps.wsdot.wa.gov/mapsdata/tools/dbeparticipation. The monthly report is I 19 due 20 calendar days following the end of the month. A monthly report shall be 20 submitted for every month between Execution of the Contract and Physical Completion 21 regardless of whether payments were made or work occurred. 22 23 The ninth paragraph is deleted. 24 25 1-09.AP1 26 Section 1-09, Measurement and Payment 27 January 5, 2015 28 1-09.6 Force Account 29 In the third paragraph of item number 3, the last sentence is revised to read: 30 31 In the event that prior quotations are not obtained and the vendor is not a firm 32 independent from the Contractor or Subcontractor, then after-the-fact quotations may be 33 obtained by the Engineer from the open market in the vicinity and the lowest such 34 quotation may be used in place of submitted invoice. 35 '36 1-10.AP1 37 Section 1-10, Temporary Traffic Control 38 August 4, 2014 39 1-10.1(1) Materials • 40 The following material reference is deleted from this section: 41 42 Barrier Drums 9-35.8 43 Page 10 City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 I Amendments to the Standard Specifications • I II 1-10.1(2) Description 2 The first paragraph is revised to read: 3 I 4 5 The Contractor shall provide flaggers, and all other personnel required for labor for traffic control activities and not otherwise specified as being furnished by the 6 Contracting Agency. 7 1 8 1-10.2(1) General 9 In the third paragraph, the first two sentences are revised to read: I 10 11 The primary and alternate TCS shall be certified by one of the organizations listed in the 12 Special Provisions. Possession of a current Washington State TCS card and flagging 13 card by the primary and alternate TCS is mandatory. 1 14 15 1-10.2(1)B Traffic Control Supervisor 16 The first paragraph is revised to read: I 17 18 A Traffic Control Supervisor(TCS)shall be present on the project whenever flagging or 19 other traffic control labor is being utilized or less frequently, as authorized by the I 20 Engineer. 21 22 The last paragraph is revised to read: I 23 24 The TCS may perform the Work described in Section 1-10.3(1)A Flaggers or in Section 25 1-10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, I 26 27 provided that the duties of the TCS are accomplished. 28 1-10.2(2) Traffic Control Plans I 29 The first paragraph is revised to read: 30 31 The traffic control plan or plans appearing in the Contract documents show a method of 32 handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and I33 other traffic control devices are shown on the traffic control plan(s)except for 34 emergency situations. If the Contractor proposes adding the use of flaggers to a plan, 35 this will constitute a modification requiring approval by the Engineer. The modified plans I 36 shall show locations for all the required advance warning signs and a safe, protected 37 location for the flagging station. If flagging is to be performed during hours of darkness, 38 the plan shall include appropriate illumination for the flagging station. I 39 40 In the second paragraph, the second sentence is revised to read: 41 I 42 43 Any Contractor-proposed modification,supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to 44 support the Work. 45 I46 1-10.2(3) Conformance to Established Standards 47 In the second paragraph, the second sentence is revised to read: 48 I49 The National Cooperative Highway Research Project(NCHRP) Report 350 and the 50 AASHTO Manual for Assessing Safety Hardware (MASH)have established 51 requirements for crash testing. IPage 11 City of Federal Way RFB#15-003 I S 3241 St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 In the third paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 3 4 In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 5 6 In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH". 7 8 1-10.3(1) Traffic Control Labor 9 The first paragraph is revised to read: 10 11 The Contractor shall furnish all personnel for flagging, for the execution of all I 12 procedures related to temporary traffic control and for the setup, maintenance and 13 removal of all temporary traffic control devices and construction signs necessary to 14 control vehicular, bicycle, and pedestrian traffic during construction operations. I 15 16 1-10.3(1)A Flaggers and Spotters 17 This section's title is revised to read: 18 19 Flaggers 20 21 The first paragraph is revised to read: 22 23 Flaggers shall be posted where shown on approved Traffic Control Plans or where 24 directed by the Engineer. All flaggers shall possess a current flagging card issued by 25 the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be 26 immediately available and shown to the Contracting Agency upon request. 27 28 The last paragraph is deleted. 29 30 1-10.3(1)B Other Traffic Control Labor ' 31 This section is revised to read: 32 33 In addition to flagging duties, the Contractor shall provide personnel for all other traffic I 34 control procedures required by the construction operations and for the labor to install, 35 maintain and remove any traffic control devices shown on Traffic Control Plans. 36 37 1-10.3(3)B Sequential Arrow Signs 38 This section is supplemented with the following: • 39 • 40 A sequential arrow sign is required for all lane closure tapers on a multilane facility. A 41 separate sequential arrow sign shall be used for each closed lane. The arrow sign shall 42 not be used to laterally shift traffic. When used in the caution mode, the four corner 43 mode shall be used. 44 45 1-10.3(3)C Portable Changeable Message Signs 46 This section is revised to read: 47 48 Where shown on an approved traffic control plan or where ordered by the Engineer,the 49 Contractor shall provide, operate, and maintain portable changeable message signs ' 50 (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but 51 shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be Page 12 1 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 2 delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail: 3 ' 4 1-10.3(3)F Barrier Drums 5 This section including title is deleted in its entirety and replaced with the following: 6 7 1-10.3(3)F Vacant 8 9 1-10.3(3)K Portable Temporary Traffic Control Signal 10 The fifth paragraph is revised to read: 11 12 The Project Engineer or designee will inspect the signal system at initial 13 installation/operation and approve the signal timing. Final approval will be based on the ' 14 15 results of the operational inspection. 16 1-10.4(2) Item Bids With Lump Sum for Incidentals ' 17 In the second paragraph, the first and second sentences are revised to read: 18 19 "Flaggers"will be measured by the hour. Hours will be measured for each flagging 20 station, shown on an approved Traffic Control Plan, when that station is staffed in 21 accordance with Section 1-10.3(1)A. 22 23 The first sentence of the last bulleted item in this section is revised to read: I 24 25 Installing and removing Barricades, Traffic Safety Drums, Cones, Tubular Markers and I 26 Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 27 28 1-10.5(2) Item Bids With Lump Sum for Incidentals 29 This section is deleted and replaced with the following: 30 31 "Traffic Control Supervisor", lump sum. 32 ' 33 The lump sum Contract payment shall be full compensation for all costs incurred by the 34 Contractor in performing the Work defined in Section 1-10.2(1)B. 35 I 36 "Pedestrian Traffic Control", lump sum. 37 38 The lump sum Contract payment shall be full compensation for all costs incurred by the ' 39 40 Contractor in performing the Work for pedestrian traffic control defined in Section 1-10. 41 "Flaggers", per hour. 42 ' 43 The unit Contract price, when applied to the number of units measured for this item in 44 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred 45 by the Contractor in performing the Work defined in Section 1-10.3(1)A. I46 47 "Other Traffic Control Labor", per hour. 48 ' 49 The unit Contract price, when applied to the number of units measured for this item in 50 accordance with Section 1-10.4(2), shall be full compensation for all labor costs incurred 51 by the Contractor in performing the Work specified for this item in Section 1-10.4(2). Page 13 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 "Construction Signs Class A", per square foot. 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 described in Section 1-10.3(3)A. In the event that 7 "Do Not Pass"and "Pass With Care" signs must be left in place, a change order, as 8 described in Section 1-04.4, will be required. When the Bid Proposal contains the item 9 "Sign Covering",then covering those signs indicated in the Contract will be measured 10 and paid according to Section 8-21. 11 12 "Sequential Arrow Sign", per hour. 13 14 The unit Contract price,when applied to the number of units measured for this item in I 15 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 16 the Contractor in performing the Work described in Section 1-10.3(3)B. 17 18 "Portable Changeable Message Sign", per hour. 19 20 The unit Contract price,when applied to the number of units measured for this item in 21 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 22 the Contractor in performing the Work for procuring all portable changeable message 23 signs required for the project and for transporting these signs to and from the project. 24 25 "Transportable Attenuator", per each. 26 27 The unit Contract price,when applied to the number of units measured for this item in 28 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 29 the Contractor in performing the Work described in Section 1-10.3(3)J except for costs 30 compensated separately under the items"Operation of Transportable Attenuator" and 31 "Repair Transportable Attenuator". 32 33 "Operation of Transportable Attenuator", per hour. 34 35 The unit Contract price,when applied to the number of units measured for this item in 36 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by 37 the Contractor in performing the Work for operating transportable attenuators on the 1 38 project. 39 40 "Repair Transportable Attenuator", by force account. 41 42 All costs of repairing or replacing transportable attenuators that are damaged by the 43 motoring public while in use as shown on an approved Traffic Control Plan will be paid 44 for by force account as specified in Section 1-09.6. To provide a common Proposal for 45 all Bidders, the Contracting Agency has estimated the amount of force account for 46 "Repair Transportable Attenuator" and has entered the amount in the Proposal to 47 become a part of the total Bid by the Contractor. Transportable attenuators damaged 48 due to the Contractor's operation or damaged in any manner when not in use shall be 49 repaired or replaced by the Contractor at no expense to the Contracting Agency. 50 51 "Other Temporary Traffic Control", lump sum. Page 14 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 2 The lump sum Contract payment shall be full compensation for all costs incurred by the 3 Contractor in performing the Work defined in Section 1-10, and which costs are not I 4 compensated by one of the above-listed items. 5 6 "Portable Temporary Traffic Control Signal", lump sum. 7 8. The lump sum Contract payment shall be full compensation for all costs incurred by the 9 Contractor in performing the Work as described in Section 1-10.3(3)K, including all 10 costs for traffic control during manual control, adjustment, malfunction, or failure of the 11 portable traffic control signals and during replacement of failed or malfunctioning 12 signals. 13 14 2-01.AP2 15 Section 2-01, Clearing, Grubbing, and Roadside Cleanup ' 16 August 4, 2014 , 17 2-01.3(1) Clearing • 18 In the second paragraph, item number 3 (up until the colon) is revised to read: 19 20 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from 21 the top, side, or end surface of the embankment or any structure and are in a 22 location that will not be terraced as described in Section 2-03.3(14): 23 24 2-02.AP2 25 Section 2-02, Removal of Structures and Obstructions 26 January 5, 2015 ' 27 2-02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures 28 This section is supplemented with the following new subsections: 29 30 2-02.3(2)A Bridge Removal 31 2-02.3(2)A1 Bridge Demolition Plan Submittal I 32 The Contractor shall submit a Type 2E Working Drawing consisting of a bridge 33 demolition plan, showing the method of removing the existing bridge(s), or portions 34 of bridges, as specified. ' 35 36 The bridge demolition plan shall show all equipment, sequence of operations, and 37 details required to complete the work, including containment, collection, and 38 disposal of all debris. The plan shall include a crane foundation stability analysis 39 and crane load calculations for the work. The plan shall detail the containment, 40 collection,and disposal of all debris. The plan shall show all stages of demolition. 41 42 . When the bridge removal work includes removal of a truss, and when the • 43 Contractor's removal method involves use of a crane or cranes to �ick lift, and p , 44 remove the truss, the Contractor shall confirm the truss dead load weight prior to • 45 beginning the truss removal operation. The operation of confirming the truss dead 46 load shall be performed at both ends of the truss, and shall ensure that the truss is 47 broken free of its support bearings. The Contractor's method of confirming the ' Page 15 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 truss dead load, whether by hydraulic jacks or other means, shall be included in the 2 Contractor's bridge demolition plan submittal. 3 4 When the bridge removal work involves removing portions of existing concrete 5 without replacement, the methods and tools used to achieve the smooth surface 6 and profile specified in Section 2-02.3(2)A2 shall be included in the Contractor's 7 bridge demolition plan submittal. 8 9 2-02.3(2)A2 Removing Portions of Existing Concrete 10 Care shall be taken in removing concrete to prevent overbreakage or damage to 11 portions of the existing Structure which are to remain. Before concrete removal I 12 begins, a saw cut shall be made into the surface of the concrete at the perimeter of 13 the removal limits. The saw cut shall be 3/4-inch deep when the steel 14 reinforcement is to remain, and may be deeper when the steel reinforcement is 15 removed with the concrete. 16 17 Concrete shall be completely removed (exposing the deformed surface of the bar) I 18 from existing steel reinforcing bars which extend from the existing members and 19 are specified to remain. Steel reinforcing bars that are not designated to remain 20 shall be cut a minimum of 1-inch behind the final surface. The void left by removal ' 21 of the steel reinforcing bar shall be filled with mortar conforming to Section 9- 22 20.4(2). The mortar shall match the color of the existing concrete surface as nearly 23 as practicable. 24 25 The Contractor shall roughen, clean, and saturate existing concrete surfaces, 26 against which fresh concrete will be placed, in accordance with Section 6- 27 02.3(12)B. When a portion of existing concrete is to be removed without I 28 replacement, concrete shall be removed to a clean line with a smooth surface of 29 less than 1/16 inch profile. 30 31 2-02.3(2)A3 Use of Explosives for Bridge Demolition 32 Explosives shall not be used for bridge demolition, except as specifically allowed by 33 the Special Provisions. 34 35 2-02.5 Payment 36 This section is supplemented with the following new Bid items: 37 38 "Removing Existing Bridge _", lump sum. 39 40 "Removing Existing Structure ", lump sum. 41 42 "Removing Portion of Existing Bridge ", lump sum. 43 44 "Removing Portion of Existing Structure ", lump sum. 45 • 1 Page 16 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 2-03.AP2 2 Section 2-03, Roadway Excavation and Embankment ' 3 August 4, 2014 • 4 2-03.3(14) Embankment Construction ' 5 The third paragraph is revised to read: 6 7 Hillside Terraces—The Contractor shall terrace the original ground or embankment 8 when the slope of the surface is 2H:1 V or steeper unless otherwise directed by the ' 9 Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 10 feet in height and shall be vertical or near vertical as required to remain stable during 11 material placement and compaction. The bench of the terrace shall slope outward to ' 12 drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged 13 during work shall be reestablished. The Engineer may order the Contractor to place 14 gravel backfill, pipe drains or both to drain any seepage. 15 16 2-03.3(14)L Embankment Widening for Guardrail 17 The first sentence is revised to read: 18 19 Embankments widened for the installation of beam guardrail shall be terraced in 20 accordance with the requirements for hillside terraces in Section 2-03.3(14). ' 21 22 The second sentence is deleted. 23 24 2-09.AP2 ' 25 Section 2-09, Structure Excavation 26 January 5, 2015 ' 27 2-09.4 Measurement 28 The seventh paragraph is revised to read: I 29 30 For pipelines the lower limit in measuring structure excavation will be the foundation 31 level as shown in the Plans or as directed by the Engineer. 32 33 2-12.AP2 34 Section 2-12, Construction Geosynthetic 35 January 5, 2015 36 2-12.3(4) Permanent Erosion Control and Ditch Lining 37 In the fourth paragraph, "Section 9-13.2" is revised to read "Section 9-13.1(4)". 38 • ' Page 17 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 ' Amendments to the Standard Specifications 1 1 3-04.AP3 ' 2 Section 3-04, Acceptance of Aggregate 3 April 6, 2015 , 4 3-04.5 Payment 5 In Table 1, the "Maximum Sublot Size (Tons)" value for the item HMA Aggregate is revised 6 to read"2000". 7 8 In Table 2, the row containing the item "HMA Aggregate" is revised to read: 9 9-03.8(2) HMA Aggregate 15 15 Uncompacted Void Content 15 10 11 12 5-01.AP5 ' 13 Section 5-01, Cement Concrete Pavement Rehabilitation 14 August 4, 2014 ' 15 5-01.2 Materials 16 The referenced section for the following item is revised to read: 17 18 Dowel Bars 9-07.5 19 20 5-01.3(4) Replace Portland Cement Concrete Panel 21 In the third paragraph, the last sentence is deleted. 22 23 The seventeenth paragraph (beginning with "The Contractor shall place a bond-breaking 24 material...") is deleted. 25 26 5-02.AP5 , 27 Section 5-02, Bituminous Surface Treatment 28 August 4, 2014 , 29 5-02.3(11) Temporary Raised Pavement Markings 30 This section's title is revised to read: 31 32 Temporary Pavement Markings 33 34 The word "raised" is deleted from this section. 35 • • 1 Page 18 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 5-04.AP5 2 Section 5-04, Hot Mix Asphalt ' 3 April 6, 2015 4 5-04.2 Materials I 5 The third through eighth paragraphs are deleted and replaced with the following: 6 7 The Contractor may choose to utilize recycled asphalt pavement(RAP)or reclaimed 8 asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements 9 removed under the Contract, if any, or pavement material from an existing stockpile. 10 The RAS may be from reclaimed shingles. 11 12 If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized 13 in the production of HMA, the Contractor shall sample and test the RAP and RAS during 14 stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for 15 determination of asphalt binder content and WSDOT FOP for WAQTC/AASHTO T 27/T 16 11 for gradation of the aggregates. The RAP shall be sampled and tested at a 17 frequency of one sample for every 1,000 tons produced and not less than ten samples ' 18 per project. The RAS shall be sampled and tested at a frequency of one sample for 19 every 100 tons produced and not less than ten samples per project. The asphalt content 20 and gradation test data shall be reported to the Contracting Agency prior to or when ' 21 submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall 22 not exceed 5-percent of the total weight of the HMA. The Contractor shall include the 23 RAP and RAS as part of the mix design as defined in these Specifications. 24 25 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt 26 binder from different sources is not permitted. For HMA with greater than 20 percent 27 RAP by total weight of HMA or any amount of RAS, the final blended asphalt binder ' 28 (after inclusion of RAP, RAS, new asphalt binder and recycling agent)shall be the 29 grade as required by the Contract and comply with the requirements of Section 9- 30 02.1(4). 31 32 The Contractor may only use warm mix asphalt(WMA) processes in the production of 33 HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor I 34 shall submit to the Engineer for approval the process that is proposed and how it will be 35 used in the manufacture of HMA. 36 37 When the Contracting Agency provides aggregates or provides a source for the 38 production of aggregates, the Contract Provisions will establish the approximate 39 percentage of asphalt binder required in the mixture for each class of HMA. 40 I41 Production of aggregates shall comply with the requirements of Section 3-01. 42 43 Preparation of stockpile site, the stockpiling of aggregates, and the removal of 44 aggregates from stockpiles shall comply with the requirements of Section 3-02. 45 46 5-04.3(1) Hot Mix Asphalt Mixing Plant • 448 7 The first paragraph is supplemented with the following: Page 19 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 6. Equipment for Processing RAP and RAS.When producing HMA for mix designs 2 with greater than 20 percent RAP by total weight of HMA or any amount of RAS the 3 HMA plant shall be equipped with screens or a lump breaker to eliminate oversize 4 RAP/RAS particles from entering the pug mill or drum mixer. 5 6 5-04.3(3)A Material Transfer DeviceNehicle 7 The first paragraph is supplemented with the following new sentence: 8 9 At the Contractor's request the Engineer may approve paving without an MTDN; the 10 Engineer will determine if an equitable adjustment in cost or time is due. 11 12 In the last sentence of the second paragraph, "Project Engineer" is revised to read 13 "Engineer". 14 15 5-04.3(5)A Preparation of Existing Surfaces 16 The first sentence of the last paragraph is revised to read: 17 18 Unless otherwise approved by the Engineer, the tack coat shall be CSS-1 or CSS-1 h 19 emulsified asphalt. 20 I 21 5-04.3(7) Preparation of Aggregates 22 This section is revised to read: 23 24 The aggregates, RAP and RAS shall be stockpiled according to the requirements of 25 Section 3-02. Sufficient storage space shall be provided for each size of aggregate, 26 RAP and RAS. The Contractor may uniformly blend fine aggregate or RAP with the 27 RAS as a method of preventing the agglomeration of RAS particles. The aggregates, 28 RAP and RAS shall be removed from stockpile(s)in a manner to ensure minimal 29 segregation when being moved to the HMA plant for processing into the final mixture. 30 Different aggregate sizes shall be kept separated until they have been delivered to the , 31 HMA plant. 32 33 5-04.3(7)A1 General 1 34 This section is revised to read: 35 36 An approved mix design, listed on the Qualified Products List(QPL), is required for all I 37 HMA paving.The Contractor shall develop a mix design prior to the initial production of 38 HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design 39 shall be developed in accordance with WSDOT Standard Operating Procedure 732 and I 40 meet the requirements of Sections 9-03.8(2)and 9-03.8(6). 41 42 Mix designs shall be submitted by the Contractor to the WSDOT State Materials 43 Laboratory on WSDOT Form 350-042EF. If the mix design is approved it will be listed 44 on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past 45 the 24 month approved period shall not be used. After a mix design has been on the 46 QPL for 12 months the listing will be extended provided the Contractor submits a I 47 certification letter to the Qualified Products Engineer verifying that the aggregate and 48 asphalt binder have not changed. The Contractor may submit the certification one 49 month prior to expiration of the mix design approval. Within 7 calendar days of receipt of I 50 the Contractor's certification the QPL will be updated. The maximum duration for Page 20 , City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 Amendments to the Standard Specifications I II 2 approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 3 I 4 5 Changes to the job mix formula of a mix design may require the development of a new mix design and resubmittal for QPL approval. Mix designs that require resubmittal for 6 QPL approval must be approved prior to use. 7 I8 Changes to aggregate that may require a new mix design include the source of material 9 or a change in the percentage of material from a stockpile greater than 5 percent. 10 Changes to the percentage of material from a stockpile will be calculated exclusive of I 11 the RAP content. The Contractor may vary the RAP percentage in accordance with 12 Section 5-04.2. 13 14 Changes to asphalt binder that may require a new mix design include the source of the 15 crude petroleum supplied to the refinery, the refining process, and additives or modifiers 16 in the asphalt binder. I 17 18 The Contractor shall include the brand and type of anti-stripping additive in the mix 19 design submittal and provide certification from the asphalt binder manufacture that the I 20 21 anti-stripping additive is compatible with the crude source and formulation of asphalt binder proposed in the mix design. All changes to anti-strip require the submittal of a 22 new mix design for approval. 23 I I 24 Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be 25 completed without the inclusion of the RAP. For HMA mix designs with greater than 20 I 26 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop 27 a mix design including RAP, RAS, recycling agent and new asphalt binder. Asphalt 28 binder contributed from RAS shall be determined in accordance with AASHTO PP 78. 29 The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent I 30 of the total asphalt binder content of the HMA. 31 32 Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, 33 recover and test the asphalt residue from the RAP and RAS stockpiles to determine the 34 percent of recycling agent and/or grade of new asphalt binder needed to meet the grade Y 9 9 g P 9 1 35 of asphalt binder required by the contract. The asphalt extraction testing shall be I 36 performed in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade 37 trichloroethylene. The asphalt recovery shall be performed in accordance with AASHTO 38 R 59 orASTM D 1856. The recovered asphalt residue shall be tested in accordance with 39 AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- ' 40 02.1(4). Once the recovered asphalt binder grade is determined the percent of recycling 41 agent and/or grade of new asphalt binder shall be determined in accordance with ASTM 42 D 4887. The final blend of recycling agent, recovered and new asphalt shall be tested in I 43 accordance with AASHTO R 29 to confirm that it meets the grade of asphalt binder 44 required by the contract in accordance with Section 9-02.1(4). All recovered and 45 blended asphalt binder test data shall be reported to the Contracting Agency prior to I 46 47 submitting the mix design for approval on the QPL. 48 5-04.3(7)A2 Statistical or Nonstatistical Evaluation I 49 This section is revised to read: 50 Page 21 City of Federal Way RFB#15-003 S 3241 St Preservation Project 2015 Amendments to the Standard Specifications 1 1 The Contractor shall submit WSDOT Form 350-041 EF to the Engineer for approval to 2 use a mix design from the QPL. The Contractor may include changes to the job mix 3 formula that have been approved on other contracts. The request to use a mix design 4 from the QPL may be rejected if production of the HMA from another contract is not in 5 compliance with Section 5-04.3(11)D. 6 7 The Contractor shall submit representative samples of the materials that are to be used 8 in the HMA production to the State Materials Laboratory in Tumwater. For HMA mix 9 designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor 10 shall submit representative samples of the mineral materials that are to be used in the 11 HMA production; the submittal of RAP samples is not required for these mix designs. 12 For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any 13 amount of RAS the Contractor shall submit representative samples of the mineral 14 materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and I 15 RAS that are to be used in the HMA production. The Contracting Agency will use these 16 samples to evaluate the mix design for approval on the QPL in accordance with 17 WSDOT Standard Practice QC-8. 18 19 5-04.3(7)A3 Commercial Evaluation 20 This section is revised to read: 21 22 Approval of a Commercial Evaluation mix design for listing on the QPL will be based on 23 a review of the Contractor's submittal of WSDOT Form 350-042 for conformance to the 24 requirements of Section 9-03.8(2). Testing of the HMA by the Contracting Agency for 25 mix design approval is not required. Mix designs for HMA with greater than 20 percent 26 RAP by total weight of HMA or any amount of RAS may be evaluated in accordance 27 with Section 5-04.3(7)A2. 28 29 For the Bid item Commercial HMA, the Contractor shall select a class of HMA and 30 design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 31 32 5-04.3(8) Mixing 33 The first sentence of the second paragraph is revised to read: , 34 35 When discharged, the temperature of the HMA shall not exceed the optimum mixing 36 temperature by more than 25°F as shown on the reference mix design report or as 37 approved by the Engineer. 38 39 The last paragraph is supplemented with the following new sentence: 40 41 After the required amount of mineral materials, RAP, RAS, new asphalt binder and 42 asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until 43 complete and uniform coating of the particles and thorough distribution of the asphalt 44 binder throughout the mineral materials, RAP and RAS is ensured. 45 46 47 5-04.3(8)A4 Definition of Sampling and Sublot 48 The second sentence of the second paragraph is revised to read: 49 50 The sublots shall be approximately uniform in size with a maximum sublot size based 51 on original Plan quantity tons as specified in the following table. Page 22 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 2 This section is supplemented with the following new table: 3 HMA Original Plan Quantity(tons) Sublot Size(tons) <20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 4 5 5-04.3(8)A7 Test Section —HMA Mixtures 6 This section is revised to read: 7 8 For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by 9 total weight of HMA and no RAS, the Contractor may request a single test section to ' 11 10 determine whether the mixture meets the requirements of Section 9-03.8(2)and 9- 03.8(6). For each HMA mix design accepted by statistical evaluation with greater than 12 20 percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct 13 a test section to determine whether the mixture meets the requirements of Sections 9- 14 03.8(2)and 9-03.8(6). Test sections shall be constructed at the beginning of paving and 15 will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. 16 For a test section to be acceptable the pay factor(PF)for gradation, asphalt binder and ' 17 Va shall be 0.95 or greater for each constituent and the remaining test requirements in 18 Section 9-03.8(2) (dust/asphalt ratio, sand equivalent, uncompacted void and fracture) 19 shall conform to the requirements of that section. No further wearing or leveling HMA 20 will be paved on any of the four calendar days following construction of the test section. 21 The mixture in the test section will be evaluated as a lot with a minimum of three sublots 22 required. If more than one test section is required, each test section shall be a separate 23 lot. 24 25 5-04.3(10jA General III 27 In the first paragraph, "checking"and"cracking"are deleted. 27 28 In the third paragraph, the following new sentence is inserted after the second sentence: I 29 30 Coverage with a steel wheel roller may precede pneumatic tired rolling. 31 I33 32 In the third paragraph, the following new sentence is inserted before the last sentence: 34 Regardless of mix temperature, a roller shall not be operated in a mode that results in 35 checking or cracking of the mat. ' 36 37 5-04.3(10)B1 General in 38 In this section, "Project Engineer" is revised to read "Engineer". 39 40 The first paragraph is revised to read: 41 I 42 HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic 43 lanes, including lanes for ramps, truck climbing, weaving, and speed change, and 44 having a specified compacted course thickness greater than 0.10-foot, shall be 45 compacted to a specified level of relative density. The specified level of relative density 46 shall be a Composite Pay Factor(CPF)of not less than 0.75 when evaluated in 47 accordance with Section 1-06.2, using a minimum of 91 percent of the maximum ' Page 23 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications l I 1 density. The percent of maximum density shall be determined by WSDOT FOP for I 2 AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when 3 using cores to determine density. The specified level of density attained will be 4 determined by the statistical evaluation of the density of the pavement. I 5 6 The following four new paragraphs are inserted after the first paragraph: 7 8 Tests for the determination of the pavement density will be taken in accordance the I 9 required procedures for measurement by a nuclear density gauge or roadway cores 10 after completion of the finish rolling. 11 I 12 If the Contracting Agency uses a nuclear density gauge to determine density the test 13 procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the 14 mix is placed. I 15 16 Roadway cores for density may be obtained by either the Contracting Agency or the 17 Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches I 18 unless otherwise approved by the Engineer. Roadway cores will be tested by the 19 Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. 20 I 21 If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the 22 Contractor in the presence of the Engineer on the same day the mix is placed and at 23 locations designated by the Engineer. If the Contract does not include the Bid item 24 "Roadway Core"the Contracting Agency will obtain the cores. ' 25 26 In the sixth paragraph(after the preceding Amendments are applied), the second sentence 27 is revised to read: I 28 29 Sublots will be uniform in size with a maximum sublot size based on original Plan 30 quantity tons of HMA as specified in the table below. I 31 32 The following new table is inserted before the second to last paragraph: - 33 I HMA Original Plan Quantity(tons) Sublot Size(tons) <20,000 100 20,000 to 30,000 150 I >30,000 200 34 35 5-04.3(10)64 Test Results I 36 The first paragraph is revised to read: 37 38 The results of all compaction acceptance testing and the CPF of the lot after three 39 sublots have been tested will be available to the Contractor through WSDOT's website. 40 Determination of the relative density of the HMA with a nuclear density gauge requires a I 0 g 9 q Y tY 41 correlation factor and may require resolution after the correlation factor is known. 42 Acceptance of HMA compaction will be based on the statistical evaluation and CPF so I 43 determined. 44 45 In the second paragraph, the first sentence is revised to read: I 46 Page 24 I City of Federal Way RFB#15-003 ty y S 324th St Preservation Project • 2015 Amendments to the Standard Specifications I I ' 1 For a sublot that has been tested with a nuclear density gauge that did not meet the 2 minimum of 91 percent of the reference maximum density in a compaction lot with a 3 CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may I 4 request that a core be used for determination of the relative density of the sublot. 5 6 In the second sentence of the second paragraph, "moisture-density" is revised to read I 7 "density". 8 9 In the second paragraph, the fourth sentence is deleted. 10 11 5-04.3(20) Anti-Stripping Additive 12 This section is revised to read: 13 I 14 Anti-stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to 15 shipment to the asphalt mixing plant. Anti-stripping additive shall be added in the 16 amount designated on the QPL for the mix design. I 17 18 5-04.4 Measurement 19 The following new paragraph is inserted after the first paragraph: 20 I 21 Roadway cores will be measured per each for the number of cores taken. 22 ' 23 24 The second to last paragraph is deleted. 25 5-04.5 Payment 26 The bid item "Removing Temporary Pavement Marking", per linear foot and paragraph 27 following bid item are deleted. 28 29 The following new bid item is inserted before the second to last paragraph: 30 31 "Roadway Core", per each. 32 I 33 The Contractor's costs for all other Work associated with the coring (e.g., traffic control) 34 shall be incidental and included within the unit Bid price per each and no additional 35 payments will be made. ' 36 37 5-05.AP5 38 Section 5-05, Cement Concrete Pavement ' 39 April 6, 2015 40 5-05.3(1) Concrete Mix Design for Paving 41 In item number 1, the first sentence of the third paragraph is revised to read: 42 43 Ground granulated blast furnace slag, if used, shall not exceed 30 percent by weight of ' 44 the total cementitious material and shall conform to Section 9-23.10. 45 46 The second and third rows of the table in item number 3 are revised to read: 47 Coarse Aggregate +30 Pounds -30 Pounds Fine Aggregate +30 Pounds -30 Pounds Page 25 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 ' Amendments to the Standard Specifications 1 1 2 5-05.4 Measurement 3 The fourth paragraph is supplemented with the following new sentence: 4 I 5 Tie bars with drill holes in cement concrete pavement placed under the Contract will not 6 be measured. 7 8 5-05.5 Payment 9 The paragraph following the Bid item"Tie Bar with Drill Hole", per each is supplemented with 10 the following new sentence: • 11 12 . All costs for tie bars with drill holes in cement concrete pavement placed under the 13 Contract shall be included in the unit Contract price per cubic yard for"Cement Conc. 14 Pavement". ' 15 • 16 6-01.AP6 17 Section 6-01, General Requirements for Structures 18 January 5, 2015 19 6-01.6 Load Restrictions on Bridges Under Construction 20 The first sentence of the second paragraph is revised to read: • 21 22 If necessary and safe to do so, and if the Contractor requests it through a Type 2E 23 Working Drawing, the Engineer may allow traffic on a bridge prior to completion. 24 25 In the second paragraph, item number 3(up until the colon) is revised to read: 26 27 3. Provide stress calculations under the design criteria specified in the AASHTO LRFD 28 Bridge Design Specifications, current edition, including at a minimum the following: 29 30 6-01.9 Working Drawings 31 This section is revised to read: 32 33 All Working Drawings required for bridges and other Structures shall conform to Section 34 1-05.3. ' 35 36 6-01.10 Utilities Supported by or Attached to Bridges 37 In the second paragraph, "bridge structures" is revised to read "bridges". 38 39 6-01.14 Premolded Joint Filler 40 In the second paragraph,the first sentence is revised to read: 41 42 The Contractor may substitute for the nails any adhesive acceptable to the Engineer. 43 1 Page 26 1 City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 Amendments to the Standard Specifications 1 6-02.AP6 2 Section 6-02, Concrete Structures I3 April 6, 2015 4 6-02.3(1) Classification of Structural Concrete 5 In paragraph two, item number 1 is revised to read: 6 7 Mix design and proportioning specified in Sections 6-02.3(2), 6-02.3(2)A and 6- 8 9 02.3(2)A1. 1 10 Item number 3 is renumbered to 4. 11 12 After the preceding Amendments are applied, the following new numbered item is inserted 13 after item number 2: 14 15 3. Temperature and time for placement requirements specified in Section 6-02.3(4)D. 16 17 6-02.3(2) Proportioning Materials 18 In the third paragraph, the first sentence is revised to read: 19 20 The use of fly ash is required for Class 4000P concrete, except that ground granulated ' 21 22 blast furnace slag may be substituted for fly ash at a 1:1 ratio. 23 In the table titled "Cementitious Requirement for Concrete", the row beginning with "4000D" 1 24 is deleted. 25 26 The fourth paragraph is revised to read: 27 • 28 When both ground granulated blast furnace slag and fly ash are included in the 29 concrete mix, the total weight of both these materials is limited to 40 percent by weight 30 of the total cementitious material for concrete class 4000A, and 50 percent by weight of 31 32 the total cementitious material for all other classes of concrete. ' 33 6-02.3(2)A Contractor Mix Design ' 34 The first paragraph is revised to read: 35 36 The Contractor shall provide a mix design in writing to the Engineer for all classes of ' 37 38 concrete specified in the Plans except for lean concrete and commercial concrete. No concrete shall be placed until the Engineer has reviewed the mix design. The required 39 average 28-day compressive strength shall be selected in accordance with ACI 301, 40 Chapter 4, Section 4.2.3.3. ACI 211.1 shall be used to determine proportions. All 41 proposed concrete mixes except Class 4000D shall meet the requirements in 42 Cementitious Requirement for Concrete in Section 6-02.3(2). 43 ' 44 In the fourth paragraph, the fourth sentence is deleted. 45 46 In the sixth paragraph, the first sentence is deleted. ' 47 48 In the seventh paragraph, the last sentence is deleted. 49 Page 27 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 The eighth paragraph is revised to read: 2 3 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 5 percent for all concrete placed above the finished ground line. 6 7 The following new sub-section is added: 8 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: ' 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. 1 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 22 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 AASHTO T 160. 32 33 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. 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 - 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 ' 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: 1 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 t 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. Page 28 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 6-02.3(5)A General 3 The first paragraph is revised to read: 4 5 Concrete for the following applications will be accepted based on a Certificate of 6 Compliance to be provided by the supplier as described in Section 6-02.3(5)B: 7 ' 8 1. Lean concrete. 9 10 2. Commercial concrete. 11 12 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. 13 ' 14 4. Class 4000P concrete for Type II, Ill, and CCTV Signal Standard Foundations 15 that are 12'-0" or less in depth. 16 17 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12'-0" 18 or less in depth. 19 20 21 6. Class 4000P concrete for Steel Light Standard Foundations Types A&B. ' 22 The following new sentence is inserted at the beginning of the second paragraph: 23 ' 24 Slip-form barrier concrete will be accepted based on conformance to the requirements 25 for temperature, air content and compressive strength at 28 days for sublots as tested 26 and determined by the Contracting Agency. I 27 28 6-02.3(5)B Certification of Compliance 29 In the list within the first paragraph, "Fly ash (if used) brand and.Type" is revised to read "Fly ' 30 ash (if used) brand and Class". 31 32 The first sentence of the second to last paragraph is deleted. I 33 34 6-02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, 35 and Air Content ' 36 In the fifth sentence of the second paragraph, "five truck loads" is revised to read"ten truck 37 loads". 38 ' 39 The second paragraph is supplemented with the following: 40 41 If the remaining quantity to be placed is less than ten truck loads; then a sample shall 42 be randomly taken from one of the remaining truck loads. ' 43 44 In the last sentence of the third paragraph, "five truck loads" is revised to read "ten truck 45 loads". 46 47 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing 48 The second paragraph is revised to read: ' 49 50 The Contractor shall provide and maintain a sufficient number of cure boxes in 51 accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure ' Page 29 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications • 1 boxes shall be readily accessible and no more than 500 feet from the point of 2 acceptance testing, unless otherwise approved by the Engineer. The Contractor shall 3 also provide, maintain and operate all necessary power sources and connections 4 needed to operate the cure boxes. The cure boxes shall be in-place and functioning at 5 the specified temperature for curing cylinders prior to concrete placement. Concrete 6 cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for 7 AASHTO T 23. The cure boxes shall have working locks and the Contractor shall 8 provide the Engineer with one key to each of the locks. Once concrete cylinders are 9 placed in the cure box, the cure box shall not be disturbed until the cylinders have been 10 removed. The Contractor shall retain the cure box Temperature Measuring Device log 11 and provide it to the Engineer upon request. • 12 13 The following new paragraph is inserted after the last paragraph:. 14 15 All cure box costs shall be incidental to the associated item of work. 16 17 6-02.3(6)A2 Cold Weather Protection 18 The first sentence in the first paragraph is revised to read: 19 20 This Specification applies when the weather forecast on the day of concrete placement I 21 predicts air temperatures below 35°F at any time during the 7 days following placement. 22 • 23 The first sentence of the second paragraph is revised to read: 24 25 The temperature of the concrete shall be maintained above 50°F during the entire 26 curing period or 7 days,whichever is greater. 27 28 6-02.3(10)A Preconstruction Meeting 29 This section including title is revised to read: 30 31 6-02.3(10)A Pre-Deck Pour Meeting • 32 A pre-deck pour meeting shall be held 5 to 10 working days before placing deck 33 concrete to discuss construction procedures, personnel,equipment to be used, , 34 concrete sampling and testing and deck finishing and curing operations. Those 35 attending shall include, at a minimum, the superintendent, foremen in charge of placing 36 and finishing concrete, and representatives from the concrete supplier and the concrete I 37 pump truck supplier. 38 39 If the project includes more than one bridge deck, and if the Contractor's key personnel 40 change between concreting operations, or at request of the Engineer, additional 41 conferences shall be held before each deck placement. 42 • 43 6-02.3(10)D Concrete Placement, Finishing, and Texturing 44 This section's content is deleted and replaced with the following new sub-sections: 45 46 6-02.3(10)D1 Test Slab Using Bridge Deck Concrete 47 A ft e r the Contractor receives the Engineer's a pp roval for the Class 4000D concrete mix 48 design,and a minimum of seven calendar days prior to the first placement of bridge 49 deck concrete, the Contractor shall construct a test slab using concrete of the approved I 50 mix design. 51 Page 30 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications • I 1 The test slab may be constructed on grade, shall have a minimum thickness of eight- 2 inches, shall have minimum plan dimensions of 10-feet along all four edges, and shall 3 be square or rectangular. I 4 5 During construction of the test slab, the Contractor shall demonstrate concrete sampling 6 and testing, use of the concrete temperature monitoring system, the concrete fogging 7 system, concrete placement system, and the concrete finishing operation. The 8 Contractor shall conduct the demonstration using the same type of equipment to be 9 used for the production bridge decks, except that the Contractor may elect to finish the 10 test slab with a hand-operated strike-board. I 11 12 After the construction of the test slab and the demonstration of bridge deck construction 13 operations is complete, the Contractor shall remove and dispose of the test slab in I 14 15 accordance with Sections 2-02.3 and 2-03.3(7)C. 16 6-02.3(10)D2 Preparation for Concrete Placement I17 Before placing bridge approach slab concrete, the subgrade shall be constructed in 18 accordance with Sections 2-06 and 5-05.3(6). 19 I20 Before any concrete is placed, the finishing machine shall be operated over the entire 21 length of the deck/slab to check screed deflection. .Concrete placement may begin only 22 if the Engineer approves after this test. 23 I24 Immediately before placing concrete, the Contractor shall check(and adjust if 25 necessary)all falsework and wedges to minimize settlement and deflection from the 26 added mass of the concrete deck/slab. The Contractor shall also install devices, such I 27 28 as telltales, by which the Engineer can readily measure settlement and deflection. 29 6-02.3(10)D3 Concrete Placement I 30 The placement operation shall cover the full width of the bridge deck or the full width 31 between construction joints. The Contractor shall locate any construction joint over a 32 beam or web that can support the deck/slab on either side of the joint. The joint shall not I 33 34 occur over a pier unless the Plans permit. Each joint shall be formed vertically and in true alignment. The Contractor shall not release falsework or wedges supporting bridge 35 deck placement sections on either side of a joint until each side has aged as these I 36 Specifications require. 37 38 Placement of concrete for bridge decks and bridge approach slabs shall comply with I 39 Section 6-02.3(6). In placing the concrete, the Contractor shall: 40 41 1. Place it(without segregation)against concrete placed earlier, as near as 42 possible to its final position, approximately to grade, and in shallow, closely I 43 44 spaced piles; 45 2. Consolidate it around reinforcing steel by using vibrators before strike-off by the I 46 finishing machine; 47 48 3. Not use vibrators to move concrete; I 49 50 4. Not revibrate any concrete surface areas where workers have stopped prior to 51 screeding; ii I Page 31 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 5. Remove any concrete splashed onto reinforcing steel in adjacent segments 3' before concreting them; 4 5 6. Maintain a slight excess of concrete in front of the screed across the entire 6 width of the placement operation; 7 8 7. Operate the finishing machine to create a surface that is true and ready for final 9 finish without overfinishing or bringing excessive amounts of mortar to the 10 surface; and 11 ' 12 8. Leave a thin, even film of mortar on the concrete surface after the last pass of 13 the finishing machine pan. 14 15 Workers shall complete all post screeding operations without walking on the concrete. 16 This may require work bridges spanning the full width of the deck/slab. 17 18 After removing the screed supports, the Contractor shall fill the voids with concrete(not 19 mortar). 20 21 If the surface left by the finishing machine is porous, rough, or has minor irregularities, 22 the Contractor shall float the surface of the concrete. Floating shall leave a smooth and 23 even surface. Float finishing shall be kept to the minimum number of passes necessary 24 to seal the surface. The floats shall be at least 4-feet long. Each transverse pass of the 25 float shall overlap the previous pass by at least half the length of the float. The first 26 floating shall be at right angles to the strike-off. The second floating shall be at right 27 angles to the centerline of the span. A smooth riding surface shall be maintained across 28 construction joints. 29 30 The edge of completed roadway slabs at expansion joints and compression seals shall 31 have a 3/8-inch radius. 32 33 After floating, but while the concrete remains plastic, the Contractor shall test the entire I 34 deck/slab for flatness(allowing for crown, camber, and vertical.curvature). The testing 35 shall be done with a 10-foot straightedge held on the surface. The straightedge shall be 36 advanced in successive positions parallel to the centerline, moving not more than one 37 half the length of the straightedge each time it advances. This procedure shall be 38 repeated with the straightedge held perpendicular to the centerline. An acceptable 39 surface shall be one free from deviations of more than 1/8-inch under the 10-foot 40 straightedge. 41 42 If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, 43 strike off, consolidate, and refinish them. High areas shall be cut down and refinished. I 44 Retesting and refinishing shall continue until a surface conforming to the requirements 45 specified above is produced. 46 47 6-02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement 48 The Contractor shall monitor and record the concrete temperature and ambient 49 temperature hourly for seven calendar days after placement. The Contractor shall 50 monitor and record concrete temperature by placing two maturity meter temperature 51 monitoring devices in the bridge deck at locations specified by the Engineer. The Page 32 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications II Contractor shall monitor ambient temperature using maturity meters near the locations 2 where concrete temperature is being monitored. When the bridge deck is being 3 enclosed and heated to meet cold weather requirements, ambient temperature readings • I 4 shall be taken within the enclosure. The Contractor shall submit the concrete 5 temperature and ambient temperature data to the Engineer in spreadsheet format within 6 14 calendar days from placing the bridge deck concrete. 7 I8 The Contractor shall submit the type and model of maturity meter temperature 9 monitoring device, and the associated devices responsible for recording and 10 documenting the temperature and curing time, to the Engineer at least 14 calendar days I 11 prior to the pre-concreting conference for the first bridge deck to be cast. The 12 placement and operation of the temperature monitoring devices and associated devices 13 will be an agenda item at the pre-concreting conference for the first bridge deck to be I 14 15 cast. 16 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing I17 18 Except as otherwise specified for portions of bridge decks receiving an overlay or sidewalk under the same Contract, the Contractor shall texture the surface of the bridge 19 deck as follows: 20 I 21 The Contractor shall texture the bridge deck using diamond tipped saw blades 22 mounted on a power driven, self-propelled machine that is designed to texture 23 concrete surfaces. The grooving equipment shall provide grooves that are 1/8"± I24 1/64"wide, 3/16" * 1/16" deep, and spaced at 3/4" ± 1/8". The bridge deck shall 25 not be textured with a metal tined comb. 26 I 27 The Contractor shall submit the type of grooving equipment to be used to the 28 Engineer for approval 30 calendar days prior to performing the work. The 29 Contractor shall demonstrate that the method and equipment for texturing the I 30 31 bridge deck will not chip, spall or otherwise damage the deck. The Contractor shall not begin texturing the bridge deck until receiving the Engineer's approval of the 32 Contractor's method and equipment. I 33 34 Unless otherwise approved by the Engineer, the Contractor shall texture the 35 concrete bridge deck surface either in a longitudinal direction, parallel with I 36 centerline or in a transverse direction, perpendicular with centerline. The 37 Contractor shall texture the bridge deck surface to within 3-inches minimum and 38 15-inches maximum of the edge of concrete at expansion joints, within 1-foot 39 minimum and 2-feet maximum of the curb line, and within 3-inches minimum and 9- ' 40 inches maximum of the perimeter of bridge drain assemblies. 41 42 The Contractor shall contain and collect all concrete dust and debris generated by I 43 the bridge deck texturing process, and shall dispose of the collected concrete dust 44 and debris in accordance with Section 2-03.3(7)C. 45 I 46 If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the 47 bridge deck, the Contractor shall produce the final finish of these areas by dragging a 48 strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. I 49 50 Approximately 3-feet of the drag shall contact the surface,with the least possible bow in its leading edge. It shall be kept wet and free of hardened lumps of concrete.When the IPage 33 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications I 1 ' burlap drag fails to produce the required finish, the Contractor shall replace it. When not I 2 in use, it shall be lifted clear of the bridge deck. 3 4 After the bridge deck has cured, the surface shall conform to the surface smoothness I 5 requirements specified in Section 6-02.3(10)D3. 6 7 The surface texture on any area repaired to address out-of-tolerance surface 8 smoothness shall match closely that of the surrounding bridge deck area at the I 9 completion of the repair. Methods used to remove high spots shall cut through the 10 mortar and aggregate without breaking or dislodging the aggregate or causing spells. 11 I 12 6-02.3(10)D6 Bridge Approach Slab Finishing and Texturing 13 Bridge approach slabs shall be textured either in accordance with Section 6-02.3(10)D5, 14 or using metal tined combs in the transverse direction, except t brid e approach slabs 9 � P 9 pp the same Contract shall be finished as specified in Section 6- I 15 receiving an overlay in t sa e p 16 02.3(10)D5 only. 17 I 18 The comb shall be made of a single row of metal tines. It shall leave striations in the 19 fresh concrete approximately 3/16-inch deep by 1/8-inch wide and spaced 20 approximately 1/2-inch apart. The Engineer will decide actual depths at the site. If the I 21 comb has not been approved, the.Contractor shall obtain the Engineer's approval by 22 demonstrating it on a test section. The Contractor may operate the combs manually or 23 mechanically, either singly or with several placed end to end. The timing and method 24 used shall produce the required texture without displacing larger particles of aggregate. I 25 26 Texturing shall end 2-feet from curb lines. This 2-foot untextured strip shall be hand 27 finished with a steel trowel. I 28 29 Surface smoothness, high spots, and low spots shall be addressed as specified in 30 Section 6-02.3(10)D5. The surface texture on any area cut down or built up shall match I 31 closely that of the surrounding bridge approach slab area. The entire bridge approach 32 slab shall provide a smooth riding surface. 33 I 34 6-02.3(10)F Bridge Approach Slab Orientation and Anchors 35 In the first paragraph, the following sentence is inserted after the first sentence: 36 37 Unless otherwise shown in the Plans,the pavement end of the bridge approach slab I 38 shall be constructed normal to the Roadway centerline. 39 40 The following new paragraph is inserted before the last paragraph: 41 42 The compression seal shall be a 2-1/2 inch wide gland selected from the current I 43 Qualified Products List. 44 45 6-02.3(11) Curing Concrete 46 Items number 1 through 4 are deleted and replaced with the following 5 new numbered 1 47 items: 48 49 1. Bridge sidewalks, roofs of cut and cover tunnels—curing compound covered by I 50 white, reflective type sheeting or continuous wet curing. Curing by either method 51 shall be for at least 10 days. Page 34 I City of Federal Way RFB#15-003 S 324 'St Preservation Project 2015 I Amendments to the Standard Specifications 1 2 2. Bridge decks—See Section 6-02.3(11)B. 3 4 3. Bridge approach slabs (Class 4000A concrete)-2 coats of curing compound and ' 5 continuous wet cure for at least 10-days. 6 7 4. Concrete barriers and rail bases–See Section 6-02.3(11)A. 8 9 5. All other concrete surfaces—continuous wet cure for at least three days. 10 ' 11 In the second paragraph, the first sentence is replaced with the following three new 12 sentences: 13 ' 14 15 During the continuous wet cure, the Contractor shall keep all exposed concrete surfaces saturated with water. Formed concrete surfaces shall be kept in a continuous wet cure 16 by leaving the forms in place. If forms are removed during the continuous wet cure ' 17 18 period, the Contractor shall treat the concrete as an exposed concrete surface. 19 The third paragraph is revised to read: ' 20 21 When curing Class 4000A, two coats of curing compound that complies with Section 9- 22 23.2 shall be applied immediately(not to exceed 15 min.)after tining any portion of the 23 bridge approach slab. The continuous wet cure shall be established as soon as the I24 concrete has set enough to allow covering without damaging the finish. 25 26 In the fifth paragraph, the first sentence is revised to read: 27 28 If the Plans call for an asphalt overlay on the bridge approach slab, the Contractor shall 29 use the clear curing compound (Type 1, Class B), applying at least 1 gallon per 150 I 30 square feet to the concrete surface. 31 32 The eighth paragraph is deleted. 33 ' 34 6-02.3(11)A2 Slip-Form Barrier 35 In the fourth paragraph, item number 1, "Type 1D" is revised to read "Type 1". 36 ' 37 6-02.3(11)B Curing Bridge Decks 38 This new section is supplemented with the following new sub-sections: 39 ' 40 6-02.3(11)B1 Equipment 41 The Contractor shall maintain a wet sheen, without developing pooling or sheeting 42 water, using a fogging apparatus consisting of pressure washers with a minimum nozzle I43 output of 1,500 psi, or other means approved by the Engineer. 44 45 The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 ' 46 calendar days prior to the pre-concreting conference. The Contractor's plan shall 47 describe the sequence and timing that will be used to fog the bridge deck, apply pre- 48 soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. I 49 50 6-02.3(11)B2 Curing Page 35 City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 The fogging apparatus shall be in place and charged for fogging prior to beginning 2 concrete placement for the bridge deck. 3 4 The Contractor shall presoak all burlap to be used to cover the deck during curing. 5 6 Immediately after the finishing machine passes over finished concrete, the Contractor 7 shall implement the following tasks: 8 9 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without 10 developing pooling or sheeting water. 11 12 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover 13 the deck without damaging the finish, other than minor marring of the concrete 14 surface. The Contractor shall not apply curing compound. 15 16 3. The Contractor shall continue to keep the burlap wet by fog spraying until the 17 burlap is covered by soaker hoses and white reflective sheeting. The 18 Contractor shall place the soaker hoses and whiter reflective sheeting after the 19 concrete has achieved initial set. The Contractor shall charge the soaker hoses 20 frequently so as to keep the burlap covering the entire deck wet during the 21 course of curing. 22 23 As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system 24 using proprietary curing blankets specifically manufactured for bridge deck curing. 25 Details of the proprietary curing blanket system, including product literature and details 26 of how the system is to be installed and maintained, shall be submitted to the Engineer 27 for approval. • 28 29 The wet curing regime as described shall remain in place for at least 14 consecutive 30 calendar days. ' 31 32 6-02.3(12)A Construction Joints in New Construction 33 The third paragraph is deleted and replaced with the following three new paragraphs: 34 35 If the Plans require a roughened surface on the joint, the Contractor shall strike it off to 36 leave grooves at right angles to the length of the member. Grooves shall be installed 37 using one of the following options: 38 39 1. Grooves shall be%to 1 inch wide, '/ to 1/2 inch deep, and spaced equally at 40 twice the width of the groove. Grooves shall terminate approximately 1 'rr- 41 inches from the face of concrete. 42 43 2. Grooves shall be 1 to 2 inches wide, a minimum of 1/2-inch deep, and spaced a 44 maximum of three times the width of the groove. Grooves shall terminate 45 approximately 1 1/2-inches from the face of concrete. 46 I 47 If the Engineer approves, the Contractor may use an alternate method to produce a 48 roughened surface on the joint, provided that such an alternate method leaves a 49 roughened surface of at least a '/-inch amplitude. ' 50 Page 36 ' City of Federal Way RFB;#15-003 S 324t St Preservation Project 2015 Amendments to the Standard Specifications 1 ' 1 If the first strike-off does not produce the required roughness, the Contractor shall 2 repeat the process before the concrete reaches initial set.The final surface shall be 3 clean and without laitance or loose material. 4 ' 5 6-02.3(12)B Construction Joints Between Existing and New Construction 6 The phrase"by method(s)as approved by the Engineer" is deleted from each paragraph in I 7 this section. 8 9 6-02.3(13) Expansion Joints I10 The first sentence of the second paragraph is revised to read: 11 12 Joints made of a vulcanized, elastomeric compound (with neoprene as the only 13 polymer)shall be installed with a lubricant adhesive as recommended by the I. 14 manufacturer. 15 16 In the third paragraph, "injuring" is revised to read "damaging". 17 18 The following two new subsections are added: 19 ' 20 6-02.3(13)A Strip Seal Expansion Joint System 21 The Contractor shall submit Working Drawings consisting of the strip seal expansion 22 joint shop drawings in accordance with Section 6-03.3(7). These plans shall include, at 23 a minimum, the following: 24 25 1. Plan, elevation, and sections of the joint system and all components,with 26 dimensions and tolerances. ' 27 28 2. All material designations. 29 30 3. Manufacturer's written installation procedure. 31 32 4. Corrosion protection system used on the metal components. 33 ' 34 5. Locations of welded shear studs, lifting mechanisms, temperature setting � p 9 35 devices, and construction adjustment devices. ' 36 37 6. Method of sealing the system to prevent leakage of water through the joint. 38 I 39 The strip seal shall be removable and replaceable. - 40 41 The metal components shall conform to ASTM A 36, ASTM A 992, or ASTM A 572, and 42 shall be protected against corrosion by one of the following methods: 43 44 1. Zinc metallized in accordance with Section 6-07.3(14). • 45 46 2. Hot-dip galvanized in accordance with AASHTO M 111. 47 48 3. Paint in accordance with Section 6-07.3(9). The color of the top coat shall be I 49 Federal Standard 595 Color No. 26420. The surfaces embedded in concrete 50 shall be painted only with a shop primer coat of paint conforming to Section 9- 51 08.1(2)C. Page 37 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications •1 1 2 The strip seal gland shall be continuous for the full length of the joint with no splices 3 permitted, unless otherwise shown in the Plans. 4 5 Other than items shown in the Plans, threaded studs used for construction adjustments I 6 are the only items that may be welded to the steel shapes provided they are removed 7 by grinding after use, and the area repaired by application of an approved corrosion 8 protection system. 9 10 If the opening between the steel shapes is anticipated to be less than 1-1/2 inches at 11 the time of seal installation, the seal may be installed prior to encasement of the steel 12 shapes in concrete. 13 14 After the joint system is installed, the joint shall be flooded with water and inspected, I 15 from below the joint, for leakage. If leakage is observed, the joint system shall be 16 repaired by the Contractor, as recommended by the manufacturer. 17 ,. 18 6-02.3(13)B Compression Seal Expansion Joint System 19 Compression seal glands shall be selected from the current Qualified Products List and 20 sized as shown in the Plans. I 21 22 The compression seal expansion joint system shall be installed in accordance with the 23 manufacturer's written recommendations. The Contractor shall submit a Type 1 Working 24 Drawing consisting of the manufacturer's written installation procedure and repair 25 procedures if leakage testing fails. • 26 27 After the joint system is installed, the joint area shall be flooded with water and 28 inspected,from below the joint, for leakage. If leakage is observed, the joint system 29 shall be repaired by the Contractor, as recommended by the manufacturer. 30 31 6-02.3(14) Finishing Concrete Surfaces 32 The last sentence of the first paragraph is revised to read: 33 34 The Contractor shall clean and refinish any stained or discolored surfaces. 35 36 The following new subsection is added: 37 38 6-02.3(14)D General Requirements for Concrete Surface Finishes Produced by 39 Form Liners I 40 Horizontal and vertical joints shall be spliced in accordance with the manufacturer's 41 printed instructions. The Contractor shall submit a Type 1 Working Drawing consisting 42 of the manufacturer's joint splice instructions. 43 44 Horizontal splicing of ABS and plastic form liners to achieve the required height is not 45 permitted and there shall be no horizontal joints. The concrete formed with ABS and • 46 plastic form liners shall be given a light sandblast to remove the glossy finish. 47 48 Side forms, traffic barrier forms,and pedestrian barrier forms using these form liners 49 may be removed after 24 hours provided the concrete mix used includes a water- I 50 reducing admixture, and the concrete reaches 1,400 psi minimum compressive strength 51 before form removal. Concrete in load supporting forms utilizing these form liners shall Page 38 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 be cured in accordance with Section 6-02.3(17)N. Once the forms are removed, the 2 Contractor shall treat the joint areas by patching or light sandblasting as required by the 3 Engineer to ensure that the joints are not visible. 4 5 Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners 6 with repairs, patches, or defects which, in the opinion of the Engineer, would result in 7 adverse effects to the concrete finish shall not be used. 8 9 Care shall be taken to ensure uniformity of color throughout the textured surface. A 10 change in form release agent will not be allowed. ' 11 12 All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form 13 ties shall be a type that leaves a clean hole when removed. All spalls and form tie holes 14 shall be filled as specified for a Class 2 surface finish. 15 16 6-02.3(14)C Pigmented Sealer for Concrete Surfaces ' 17 The first sentence(up until the colon) is revised to read: 18 19 The Contractor shall submit a Type 1 Working Drawing consisting of the pigmented ' 20 sealer manufacturer's written instructions covering, at a minimum, the following: 21 22 The second paragraph is deleted. 23 24 In the last sentence of the third paragraph,"approval" is revised to read"acceptance". 25 26 6-02.3(15) Date Numerals ' 27 The third sentence in the first paragraph is revised to read: 28 29 When an existing Structure is widened or when traffic barrier is placed on an existing 30 31 Structure, the date shall be for the year in which the original Structure was completed. 32 6-02.3(16) Plans for Falsework and Formwork ' 33 This section is revised to read: 34 35 The Contractor shall submit all plans for falsework and formwork as Type 2E Working 36 Drawings. Submittal is not required for footing or retaining wall formwork if the wall is 4 ' 37 feet or less in height(excluding pedestal height). 38 I 39 The design of falsework and formwork shall be based on: 40 41 1. Applied loads and conditions which are no less severe than those described in 42 Section 6-02.3(17)A, Design Loads; 43 44 2. Allowable stresses and deflections which are no greater than those described in 45 Section 6-02.3(17)B, Allowable Stresses and Deflections; ' 46 47 3. Special loads and requirements no less severe than those described in 48 Section 6-02.3(17)C, Falsework and Formwork at Special Locations; ' 49 50 4. Conditions required by other Sections of 6-02.3(17), Falsework and Formwork. 51 Page 39 City of Federal Way RFB#15-003 ' S 3241 Preservation Project 2015 Amendments to the Standard Specifications 1 1 The falsework and formwork plans shall be scale drawings showing the details of ' 2 proposed construction, including: sizes and properties of all members and components; 3 spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete 4 placement, placement sequence, direction of placement, and location of construction 5 joints; identification of falsework devices and safe working loads as well as identification 6 of any bolts or threaded rods used with the devices including their diameter, length, 7 type, grade, and required torque. The falsework plans shall show the proximity of 8 falsework to utilities or any nearby Structures including underground.Structures. 9 Formwork accessories shall be identified according to Section 6-02.3(17)H, Formwork 10 Accessories. All assumptions, dimensions, material properties, and other data used in 11 making the structural analysis shall be noted on the drawing. ' 12 13 The Contractor shall furnish associated design calculations-to the Engineer as part of 14 the submittal. The design calculations shall show the stresses and deflections in load I 15 supporting members. Construction details which may be shown in the form of sketches 16 on the calculation sheets shall be shown in the falsework or formwork drawings as well. 17 Falsework or formwork plans will be rejected in cases where it is necessary to refer to I 18 the calculation sheets for information needed for complete understanding of the 19 falsework and formwork plans or how to construct the falsework and formwork. 20 21 Each sheet of falsework and formwork plans shall carry the following: 22 23 1. The initials and dates of all participating design professionals. 24 25 2. Clear notation of all revisions including identification of who authorized the 26 revision, who made the revision, and the date of the revision. 27 I 28 3. The Contract number, Contract title, and sequential sheet number. These shall 29 also be on any related documents. 30 31 4. Identify where the falsework and formwork plan will be utilized by referencing 32 Contract Plan sheet number and related item or detail. 33 34 6-02.3(16)A Nonpreapproved Falsework and Formwork Plans 35 This section, including title, is deleted in its entirety and replaced with the following: 36 37 6-02.3(16)A Vacant 38 o 39 6-02.3(16)B Preapproved Formwork Plans 40 This section, including title, is revised to read: 41 42 6-02.3(16)B Pre-Contract Review of Falsework and Formwork Plans 43 The Contractor may request pre-contract review of formwork plans for abutments, 44 wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, . 45 railings, and bulkheads. Plans for falsework supporting the bridge deck for interior 46 spans between precast prestressed concrete girders may also be submitted for pre- , 47 contract review. 48 49 To obtain pre-contract review, the Contractor shall electronically submit drawings and I 50 design calculations in PDF format directly to: 51 Page 40 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications I UI BridgeConstructionSupport @wsdot.wa.gov 2 3 The Bridge and Structures Office, Construction Support Engineer will return the I 4 falsework or formwork plan to the Contractor with review notes, an effective date of 5 review, and any revisions needed prior to use. For each contract on which the pre- 6 reviewed falsework or formwork plans will be used, the Contractor shall submit a copy I 7 to the Engineer. Construction shall not begin until the Engineer has given concurrence. 8 9 If the falsework or formwork being constructed has any deviations to the preapproved 10 falsework or formwork plan, the Contractor shall submit plan revisions for review and I 11 12 approval in accordance with Section 6-02.3(16). 13 6-02.3(17)A Design Loads I 14 The fifth paragraph is revised to read: 15 16 Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over I17 18 the entire falsework plan area, plus the greater of: 19 . 1. Actual weights of the deck finishing equipment applied at the rails, or; 20 21 2. A minimum load of 75 pounds per linear foot applied at the edge of the bridge 22 deck. I 23 24 6-02.3(17)J Face Lumber, Studs, Wales, and Metal Forms 25. The second and third to last paragraphs are deleted. 26 I27 6-02.3(17)K Concrete Forms on Steel Spans 28 The second sentence of the last paragraph is revised to read: 29 I 30 The Contractor shall fill the holes with fully torqued ASTM A 325 bolts in accordance 31 with Section 6-03.3(33). 32 I 33 6-02.3(17)0 Early Concrete Test Cylinder Breaks 34 The third paragraph is revised to read: 35 36 The cylinders shall be cured in the field in accordance with WSDOT FOP for AASHTO T ' 37 23 Section 10.2 Field Curing. 38 I 39 6-02.3(20) Grout for Anchor Bolts and Bridge Bearings 40 The first five paragraphs are deleted and replaced with the following two new paragraphs: 41 I 42 Grout shall conform to Section 9-20.3(2)for anchor bolts and for bearing assemblies 43 with bearing plates. Grout shall conform to Section 9-20.3(3)for elastomeric bearing 44 pads and fabric pad bearings without bearing plates. 45 I46 Grout shall be a workable mix with a viscosity that is suitable for the intended 47 application. The Contractor shall receive approval from the Engineer before using the 48 grout. I49 50 6-02.3(24)C Placing and Fastening 51 The twelfth paragraph is revised to read: IPage 41 City of Federal Way RFB#15-003 I S 324 th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 In bridge decks, a "mat" is two adjacent and perpendicular layers of reinforcing steel. 3 Top and bottom mats shall be supported adequately to hold both in their proper 4 positions. If No.4 bars make up the lower layer of steel in a mat, it shall be blocked at 5 not more than 3-foot intervals (or 4foot intervals for bars No.5 and larger). Wire ties to 6 girder stirrups shall not be considered as blocking. To provide a rigid mat, the 7 Contractor shall add other supports and tie wires to the top mat as needed. 8 9 In the fourteenth paragraph, the description following "21/2 inches between" is revised to 10 read: 11 1 12 Adjacent bars in a layer. Bridge deck and bridge approach slab bars and the top of the 13 . slab. 14 15 In the fourteenth paragraph, the description following"2 inches between" is supplemented 16 with the following new sentence: 17 18 Bars and the surface of concrete when not specified otherwise in this Section or in the 19 Plans. 20 21 In the fourteenth paragraph, the first sentence in the description following "1% inches 22 between" is deleted. 23 24 The fifteenth paragraph is revised to read: 25 26 Except for top cover in bridge decks and bridge approach slabs, cover to ties and 27 stirrups may be% inch less than the values specified for main bars but shall not be less 28 than 1 inch. 29 30 In the sixteenth paragraph, the first item in the second subparagraph is revised to read: 31 32 The clearance to the top surface of bridge decks 33 and bridge approach slabs +% in/-0". 34 35 6-02.3(24)E Welding Reinforced Steel 36 This section is revised to read: 37 38 Welding of steel reinforcing bars shall conform to the requirements of ANSI/AWS D1.4 39 Structural Welding Code- Reinforcing Steel, latest edition, except where superseded by 40 the Special Provisions, Plans, and these Specifications. 41 42 Before any welding begins, the Contractor shall submit a Type 2 Working Drawing I 43 consisting of the welding procedure for each type of welded splice to be used, including 44 the weld procedure specifications and joint details. The weld procedure specifications 45 shall be written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of 46 tensile strength, macroetch, and visual examination shall be included. The form shall 47 be signed and dated. 48 49 Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be 50 responsible for the testing and qualification of welders, and shall submit Type 2 Working 51 Drawings consisting of welder qualification and retention records. The weld joint and Page 42 1 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications I I 1 welding position a welder is qualified in shall be in accordance with AWS D1.4. The 2 welder qualifications shall remain in effect indefinitely unless, (1)the welder is not 3 engaged in a given process of welding for which the welder is qualified for period I 4 exceeding six months, or(2)there is some specific reason to question a welder's ability. 5 6 Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 I 7 Table 5.1. All filler metals shall be and handled in compliance with low- 8 hydrogen practices specified in the AWS code. 9 10 Short circuiting transfer with gas metal arc welding will not be allowed. Slugging of I 11 welds will not be allowed. 12 • 13 For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop I 14 • reinforcing shall be considered Flare-V groove welds, indirect butt joints. 15 16 The Contractor is responsible for using a welding sequence that will limit the alignment I17 18 distortion of the bars due to the effects of welding. The maximum out-of-line permitted will be 1/4 inch from a 3.5-foot straight-edge centered on the weld and in line with the 19 bar. I 20 21 The ground wire from the welding machine shall be clamped to the bar being welded. 22 23 Where epoxy-coated steel reinforcing bars are specified to be spliced by welding, the I 24 epoxy coating shall be left off or removed from the surfaces to be heated, but in no 25 cases less than six inches of each bar being welded. After the welding is complete, the 26 Contractor shall apply epoxy patching material to the uncoated portions of the bar in I 27 accordance with Section 6-02.3(24)H. 28 29 6-02.3(25) Prestressed Concrete Girders I 301 In the first paragraph,the last sentence is revised to read: 31 32 WSDOT certification will be granted at, and renewed during, the annual prestressed I . 33 plant review and approval process in accordance with WSDOT Materials Manual M 46- 34 01.04 Standard Practice QC 6. 35 I 36 6-02.3(25)1 Fabrication Tolerances 37 In the first paragraph, item number 21 is revised to read: 38 I 39 ,`. 21. Differential Camber Between Girders in a Span (measured in place at the job 40 site): 41 I For deck bulb tee girders and PCPS Cambers shall be equalized when the members with grouted shear keys: differences in cambers between adjacent girders exceeds±'inch For deck bulb tee girders and PCPS Cambers shall be equalized when the I members without grouted shear keys: differences in cambers between adjacent girders exceeds±'A inch For all other prestressed concrete ±%inch per 10 feet of girder length girders: I42 43 6-02.3(25)0 Deck Bulb Tee Girder Flange Connection 44 This section, including title, is revised to read: IPage 43 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications I 1 I 2 Deck Bulb Tee Girder Flange and PCPS Member Connection 3 The Contractor shall submit a method of equalizin deflections as a Type 1 Working 4 Drawing. Any temporary strands in the top flange shall be cut per Section 6-02.3(25)N 1 5 prior to equalizing girder deflections. . 6 7 Deck bulb tee girders and PCPS members with grouted shear keys shalt be constructed 8 in the following sequence: I 9 10 1. Deflections shall be equalized per the Contractor's equalization plan. 11 I 12 2. Intermediate diaphragms shall be placed and weld ties shall be welded. 13 Welding ground shall be attached directly to the steel plates being welded when 99 Y g I 14 welding the weld-ties. . 15 16 3. The keyways shown in the Plans to receive grout shall be filled flush with the 17 surrounding surfaces using a grout conforming to Section 9-20.3(2). I 18 19 4. Equalization equipment shall not be removed and other construction equipment 20 shall not be placed on the structure until intermediate diaphragms have attained , 21 a minimum compressive strength of 2,500 psi and keyway grout has achieved a 22 minimum compressive strength of 4000 psi. 23 24 Deck bulb tee girders and PCPS members without grouted shear keys shall be I 25 constructed in the following sequence: 26 27 1. Deflections shall be equalized per the Contractor's equalization plan. I 28 • 29 2. Intermediate diaphragms shall be placed and weld ties shall be welded. 30 Welding ground shall be attached directly to the steel plates being welded when I 31 welding the weld-ties. 32 . 33 3. Equalization equipment shall not be removed and other construction equipment I 34 shall not be placed on the structure until intermediate diaphragms have attained 35 a minimum compressive strength of 2,500 psi. 36 37 6-02.3(26)F Prestressing Reinforcement I 38 The last sentence in the fourth paragraph is revised to read: 39 I 40 If the prestressing reinforcement will not be stressed and grouted for more than 7 41 calendar days after it is placed in the ducts, the Contractor shall place an approved 42 corrosion inhibitor conforming to Federal Specification MIL-I-22110C in the ducts. 43 ' 44 6-02.3(28) Precast Concrete Panels • 45 In the first paragraph, the third sentence is revised to read: 46 47 WSDOT Certification will be granted at, and renewed during, the annual precast plant 48 review and approval process in accordance with WSDOT Materials Manual M 46-01.04 49 Standard Practice QC 7. I 50 Page 44 I City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 I Amendments to the Standard Specifications 1 6-02.4 Measurement 2 The following three new paragraphs are inserted before the last paragraph: 3 4 Expansion joint system seal superstr. will be measured by the linear foot along its 5 completed line and slope. 6 7 Expansion joint modification will be measured by the linear foot of expansion joint 8 modified along its completed line and slope. 9 10 Prestressed concrete girder will be measured by the linear foot of girder specified in the I 11 Proposal. 12 13 6-02.5 Payment ' 14 In the paragraph following the bid item "Commercial Concrete", per cubic yard the second 15 sentence is revised to read: 16 17 All costs in connection with concrete curing, producing concrete surface finish with form 18 liners, and furnishing and applying pigmented sealer to concrete surfaces as specked, 19 shall be included in the unit contract price per cubic yard for"Conc. Class " 20 t 21 The following new paragraph is inserted after the bid item "Superstructure(name bridge)", 22 lump sum: I 23 24 All costs in connection with constructing, finishing and removing the bridge deck test 25 slab as specified in Section 6-02.3(10)D1 shall be included in the lump sum Contract 26 price for"Superstructure " or"Bridge Deck"for one bridge in each project, as ' 27 28 applicable. 29 In the paragraph following the bid item "Epoxy-Coated St. Reinf. Bar ", per pound, the ' 30 first sentence is revised to read: 31 32 Payment for reinforcing steel shall include the cost of drilling holes in concrete for, and I 33 setting, steel reinforcing bar dowels with epoxy bonding agent, and furnishing, 34 fabricating, placing, and splicing the reinforcement. 35 ' 36 The bid item "Cure Box", lump sum and paragraph following bid item are deleted. 37 38 The following three new bid items are inserted before the bid item "Bridge Approach Slab", 39 per square yard: I 40 41 "Expansion Joint System -Superstr.", per linear foot. 42 43 "Expansion Joint Modification - ", per linear foot. 44 45 "Prestressed Conc. Girder—, per linear foot. 46 • Page 45 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications • 1 1 6-03.AP6 2 Section 6-03, Steel Structures 3 April 6, 2015 I 4 6-03.2 Materials 5 The first sentence in the fifth paragraph is revised to read: 6 7 The Contractor shall submit Type 1 Working Drawings describing the methods for 8 visibly marking the material so that it can be traced. 9 10 6-03.3 Construction Requirements 11 This section is revised to read: 12 13 Structural steel fabricators of plate and box girders, floorbeams, truss members, 14 stringers, cross frames, diaphragms, and laterals shall be certified under the AISC 15 Certification Program for Steel Bridge Fabricators, Advanced Bridges Category. When I 16 fracture critical members are specified in the contract, structural steel fabricators shall 17 also meet the supplemental requirements F, Bridges with Fracture-Critical Members, 18 under the AISC Certification Program for Steel Bridge Fabricators. 19 20 6-03.3(7) Shop Plans 21 This section is revised to read: 22 23 The Contractor shall submit all shop detail plans for fabricating the steel as Type 2 24 Working Drawings. 25 26 If these plans will be submitted directly from the fabricator, the Contractor shall so notify 27 the Engineer in writing. 28 29 No material shall be fabricated until: (1)the Working Drawing review is complete, and 30 (2)the Engineer has accepted the materials source. 31 32 Before physical completion of the project, the Contractor shall furnish the Engineer one 33 set of reproducible copies of the as-built shop plans. The reproducible copies shall be 34 clear, suitable for microfilming,and on permanent sheets that measure no smaller than 35 11 by 17-inches. Alternatively, the shop drawings may be provided in an electronic 36 format with the concurrence of the Engineer. 37 38 6-03.3(7)A Erection Methods 39 The first paragraph is revised to read: 40 41 Before beginning to erect any steel Structure, the Contractor shall submit Type 2E 42 • Working Drawings consisting of the erection plan and procedure describing the methods 43 the Contractor intends to use. 44 45 The second paragraph (up until the colon)is revised to read: 46 47 The erection plan and procedure shall provide complete details of the erection process I 48 including, at a minimum, the following: 49 Page 46 City of Federal Way RFB#15-003 S 320 St Preservation Project 2015 Amendments to the Standard Specifications I ' 1 The third paragraph (up until the colon) is revised to read: 2 3 As part of the erection plan Working Drawings, the Contractor may submit details of an ' 4 engineered and fabricated lifting bracket bolted to the girder top flanges providing the 5 following requirements are satisfied: 6 I 7 In the third paragraph, the second sentence of item number 4 is revised to read: 8 9 Certification documentation from a previous project may be submitted; 10 11 The last sentence of the fourth paragraph is deleted. 12 13 The last paragraph is deleted. 14 15 6-03.3(10) Straightening Bent Material 16 In the first paragraph, the last sentence is revised to read: ' 17 18 A limited amount of localized heat may be applied only if carefully planned and 19 supervised, and only in accordance with the heat-straightening procedure Working 20 Drawing submittal. 21 22 The third paragraph is revised to read: 23 ' 24 After straightening, the Contractor shall inspect the member for fractures using a 25 method proposed by the Contractor and accepted by the Contracting Agency. 26 I 27 The last paragraph is revised to read: 28 29 The procedure for heat straightening of universal mill (UM) plates by the mill or the 30 fabricator shall be submitted as a Type 2 Working Drawing. 31 32 6-03.3(14) Edge Finishing 33 In the first paragraph, the last sentence is revised to read: 34 35 Corners along exposed edges shall be broken by light grinding or another method 36 acceptable to the Engineer to achieve an approximate 1/16-inch chamfer or rounding. 37 38 In the fifth paragraph, the last sentence is revised to read: ' 39 40 The fabricator shall prevent excessive hardening of flange edges through preheating, 41 post heating, or control of the burning process as recommended by the steel 42 manufacturer. t43 44 The sixth paragraph is revised to read 45 46 Hardness testing shall consist of testing thermal-cut edges with a portable hardness 47 tester. The hardness tester, and its operating test procedures, shall be submitted as a 48 Type 1 Working Drawing. The hardness tester shall be convertible to Rockwell C scale I 49 values. 50 51 In the last paragraph, the last sentence is revised to read: ' Page 47 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 • 2 If thermal-cutting operations conform to procedures established by the steel • 3 manufacturer, and hardness testing results are consistently within acceptable limits, the 4 Engineer may authorize a reduction in the testing frequency. 5 6 6-03.3(15) Planing of Bearing Surfaces . 7 This section is supplemented with the following new paragraph: 8 9 Where mill to bear is specified in the Plans, the bearing end of the stiffener shall be 10 flush and square with the flange and shall have at least 75 percent of this area in 11 contact with the flange. 12 13 6-03.3(25) Welding and Repair Welding 14 In the first paragraph, the first sentence is revised to read: , 15 16 Welding and repair welding of all steel bridges shall comply with the AASHTO/AWS 17 D1.5M/D1.5, latest edition, Bridge Welding Code. 18 19 In the second paragraph, the last sentence is revised to read: 20 I 21 No welding, including tack and temporary welds shall be done in the shop or field unless 22 the location of the welds is shown on the shop drawings reviewed and accepted by the 23 Engineer. 24 25 in the third paragraph, the first sentence is revised to read: 26 27 Welding procedures shall accompany the shop drawing Working Drawing submittal. I 28 29 In the fourth paragraph, the first sentence is revised to read: 30 I 31 Welding shall not begin until completion of the shop plan Working Drawing review as 32 required in Section 6-03.3(7). 33 34 In item number 1 of the ninth paragraph, "approves" is revised to read "concurs". 35 36 6-03.3(25)A3 Ultrasonic Inspection 37 The following new paragraph is inserted before the last.paragraph: 38 39 A minimum of 30 percent of complete penetration vertical welds on steel column jackets III thicker than 5/16-inch, within 1.50 column jacket diameter of the top and bottom of each 41 column, shall be inspected. If any rejectable flaws are found, 100 percent of the weld 42 within the specified limits shall be inspected. The largest column cross section diameter . • 43 for tapered column jackets shall constitute one column jacket diameter. 44 45 ° 6-03.3(25)A4 Magnetic Particle Inspection 46 Items number 3 and 4 are revised to read: 47 48 3. Complete penetration groove welds on plates 5A6-inch or thinner(excluding steel 49 column jackets)shall be 100 percent tested by the magnetic particle method. 50 Testing shall apply to both sides of the weld, if backing plate is not used.The ends Page 48 City of Feddra1 Way RFB#15-003 S 324x`St Preservation Project 2015 Amendments to the Standard Specifications ' 1 2 of each complete penetration groove weld at plate edges shall be tested by the magnetic particle method. 3 4 4. A minimum of 30 percent of complete penetration vertical welds on steel column 5 jackets%6-inch or thinner, within 1.50 column jacket diameters of the top and 6 bottom of each column, shall be magnetic particle inspected. The largest column 7 cross section diameter for tapered column jackets shall constitute one column jacket 8 diameter. 9 10 The last paragraph is supplemented with the following new sentence: 11 121 If any rejectable flaws are found in any test length of item 4 above, 100 percent of the 13 weld within the specified limits shall be inspected. 14 15 6-03.3(27) High Strength Bolt Holes 16 The last paragraph is revised to read: ' 17 18 The Contractor shall submit Type 2 Working Drawings consisting of a detailed outline of 19 the procedures proposed to accomplish the work from initial drilling through shop 20 21 assembly. 22 6-03.3(27)C Numerically Controlled Drilled Connections ' 23 In the second paragraph, the first sentence is revised to read: 24 25 The Contractor shall submit Type 1 Working Drawings consisting of a detailed outline of 26 proposed N/C procedures. 27 28 6-03.3(29) Welded Shear Connectors 29 This section's content is deleted and replaced with the following: ' 30 31 Installation, production control, and inspection of welded shear connectors shall 32 conform to Chapter 7 of the AASHTO/AWS DI.5M/D1.5:2010 Bridge Welding Code. If ' 33 welded shear connectors are installed in the shop, installation shall be completed prior 34 to applying the shop primer coat in accordance with Section 6-07.3(9)G. If welded shear 35 connectors are installed in the field, the steel surface to be welded shall be prepared to ' 36 SSPC-SP 11, power tool cleaning,just prior to welding. 37 38 6-03.3(33) Bolted Connections ' 39 In the second paragraph, the first sentence is revised to read: 40 41 The Contractor shall submit Type 1 Working Drawings providing documentation of the ' 42 bolt tension calibrator, including brand, capacity, model, date of last calibration, and 43 manufacturer's instructions for use. 44 45 In the second sentence of the second paragraph, the word "approved" is deleted. 46 47 In item number 3 of the fifth paragraph, "approved" is revised to read "specified". 48 49 In the center column header of table 1, "AASHTO M 164" is revised to read"ASTM A 325". 50 51 In the column headings of table 3, "M 164" is revised to read "A 325". ' Page 49 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications I 1 2 In the tenth paragraph, item number 3, "approved" is revised to read "accepted" in the 3 second and third sentences of the first paragraph. 4 5 In the tenth paragraph, item number 3, the third paragraph is revised to read: 6 7 The Contractor shall submit Type 1 Working Drawings of the tension control bolt 8 assembly, including bolt capacities, type of bolt, nut, and washer lubricant, method of 9 packaging and protection of the lubricated bolt, installation equipment, calibration 10 equipment, and installation procedures. 11 12 In the first sentence of the last paragraph, "AASHTO M 164" is revised to read "ASTM A 13 325". 14 15 The second sentence of the last paragraph is revised to read: 16 17 Black ASTM A 325 bolts may be reused once if accepted by the Engineer. 18 In the last paragraph, the fourth sentence is revised to read: 19 20 Bolts to be reused shall be relUbricated in accordance with the manufacturer's 21 recommendations. 22 23 6-03.3(33)A Pre-Erection Testing 24 In the fifth sentence of the first paragraph, "approved" is revised to read "accepted". 25 26 The third paragraph is revised to read: 27 28 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's 29 detailed procedure for pre-erection (rotational capacity)testing of tension control bolt 30 assemblies. 31 32 6-03.3(33)B Bolting Inspection • 33 In the last sentence of the first paragraph, "approved" is revised to read "specified". 34 35 The last paragraph is revised to read: 36 • I37 The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's 38 detailed procedure for routine observation to ensure proper use of the tension control 39 bolt assemblies. 40 41 6-03.3(42) Surface Condition 42 The first subparagraph is revised to read: 43 44 Painted steel surfaces shall be cleaned by methods required for the type of staining. 45 The Contractor shall submit a Type 1 Working Drawing of the cleaning method. 46 1 Page 50 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 ' 1 6-04.AP6 2 Section 6-04, Timber Structures 3 January 5, 2015 4 6-04.3(3) Shop Details I 5 This section is revised to read: 6 7 The Contractor shall submit Type 2 Working Drawings consisting of shop detail plans I 8 for all treated timber. These plans shall show dimensions for all cut,framed, or bored 9 timbers. 10 11 6-05.AP6 12 Section 6-05, Piling 13 January 5, 2015 ' 14 6-05.3(2) Ordering Piling 15 The last paragraph is deleted. 16 17 6-05.3(3)A Casting and Stressing 18 In the second sentence of the first paragraph, "poured" is revised to read "cast". 19 20 6-05.3(4) Manufacture of Steel Casings for Cast-In-Place Concrete Piles 21 This section is revised to read: 22 23 The diameter of steel casings shall be as specified in the Contract. A full-penetration 24 groove weld between welded edges is required. 25 ' 26 6-05.3(5) Manufacture of Steel Piles 27 This section is revised to read: 28 ' 29 Steel piles shall be made of rolled steel H-pile sections, steel pipe piles, or of other 30 structural steel sections described in the Contract. A full-penetration groove weld 31 32 between welded edges is required. 33 6-05.3(6) Splicing Steel Casings and Steel Piles 34 This section is revised to read: 35 36 The Engineer will normally permit steel piles and steel casings for cast-in-place 37 concrete piles to be spliced. But in each case, the Contractor shall submit Type 2 38 Working Drawings supporting the need and describing the method for splicing. Welded 39 splices shall be spaced at a minimum distance of 10 feet. Only welded splices will be 40 permitted. 41 42 Splice welds for steel piles shall comply with Section 6-03.3(25)and AWS DI.1/D1.1 M, 43 latest edition, Structural Welding Code. Splicing of steel piles shall be performed in ' 44 accordance with an approved weld procedure. The Contractor shall submit a Type 2 45 Working Drawing consisting of the weld procedure. For ASTM A 252 material, mill 46 certification for each lot of pipe to be welded shall accompany the submittal. The ends ' Page 51 City of Federal Way RFB#15-003 ' S 324 th St Preservation Project 2015 Amendments to the Standard Specifications • 1 1 of all steel pipe piling shall meet the fit-up requirements of AWS DI.1/D1.1 M, latest 2 edition, Structural Welding Code Section 5.22.3.1, "Girth Weld Alignment(Tubular)," 3 when the material is spliced utilizing a girth weld. 4 5 Splice welds of steel casings for cast-in-place concrete piles shall be the Contractor's 6 responsibility and shall be welded in accordance with AWS D1.1/D1.1M, latest edition, 7 Structural Welding Code. A weld procedure submittal is not required for steel casings 8 used for cast-in-place concrete piles. Casings that collapse or are not watertight, shall I 9 be replaced at the Contractor's expense. 10 11 6-05.3(7)B Precast Concrete Piles ' 12 The second to last sentence of the second paragraph is revised to read: 13 14 The Contractor shall submit Type 2 Working Drawings consisting of the method of lifting I 15 the piles. 16 17 6-05.3(8) Pile Tips and Shoes 18 In the last paragraph, the second and third sentences are deleted and replaced with the 19 following new sentence: 20 21 If pile tips or shoes other than those denoted in the Qualified Products List are 22 proposed, the Contractor shall submit Type 2 Working Drawings consisting of shop 23 drawings of the proposed pile tip along with design calculations, specifications, material 24 chemistry and installation requirements, along with evidence of a pile driving test 25 demonstrating suitability of the proposed pile tip. 26 27 6-05.3(9)A Pile Driving Equipment Approval 28 In the first paragraph, the first sentence is revised to read: 29 30 Prior to driving any piles, the Contractor shall submit Type 2 Working Drawings 31 consisting of details of each proposed pile driving system. 32 33 In the second paragraph, the first sentence is revised to read: 34 35 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation 36 analysis for all pile driving systems used to drive piling with required ultimate bearing 37 capacities of greater than 300 tons. 38 39 In the second paragraph, the second sentence is deleted. 40 41 The last paragraph is revised to read: 42 43 Changes to the pile driving system after completion of the Working Drawing review 44 require a revised Working Drawing submittal. 45 46 6-05.3(9)B Pile Driving Equipment Minimum Requirements 47 In the first paragraph, the first sentence is revised to read: 48 49 For each drop hammer used, the Contractor shall weigh it in the Engineer's presence or 50 submit a Type 1 Working Drawing consisting of a certificate of its weight. 51 Page 52 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 In the third paragraph, the first sentence is revised to read: 2 3 For each diesel, hydraulic, steam, or air-driven hammer used, the Contractor shall 4 submit a Type 1 Working Drawing consisting of the manufacturer's specifications and ' 5 catalog. 6 7 In the fourth paragraph, "approval" is revised to read "permission". 8 9 The ninth paragraph is revised to read: 10 11 These requirements for minimum hammer size may be waived if a Type 2E Working 12 Drawing is submitted consisting of a wave equation analysis demonstrating the ability of 13 the hammer to obtain the required bearing capacity and minimum tip elevation without ' 14 15 damage to the pile. 16 6-05.3(9)C Pile Driving Leads ' 17 In the third paragraph, "approved" is revised to read "permitted". 18 19 6-05.3(11)F Pile Damage ' 20 In the first sentence of the second paragraph, "approved" is revised to read "accepted". 21 22 6-05.3(11)G Pile Cutoff I 23 In the first paragraph, "Engineer's approval" is revised to read "Engineer's permission". 24 25 6-05.3(11)H Pile Driving From or Near Adjacent Structures 26 In the first paragraph, item number 3 is revised to read: 27 28 3. Type 2E Working Drawings are submitted in accordance with Sections 1-05.3 and 6- 29 02.3(16), showing the structural adequacy of the existing Structure to safely support 30 all of the construction loads. 31 32 6-05.3(12) Determination of Bearing Values ' 33 In the footnote below the formula, "approved by the Engineer" is revised to read "acceptable 34 to the Engineer". 35 I 36 6-05.3(13) Treatment of Timber Pile Heads 37 In the second paragraph, the first sentence is revised to read: 38 39 After cutting treated timber piles to correct elevation, the Contractor shall brush three ' 40 coats of a preservative that meets the requirements of Section 9-09 on all pile heads 41 (except those to be covered with concrete footings or concrete caps). 42 ' 43 6-05.3(15) Completion of Cast-In-Place Concrete Piles 44 In the first paragraph, "approval" is revised to read "acceptance". 45 1 ' Page 53 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications • 1 1 6-06.AP6 I 2 Section 6-06, Bridge Railings 3 January 5, 2015 I 4 6-06.3(2) Metal Railings 5 The second paragraph is revised to read: 1 6 7 Before fabricating the railing, the Contractor shall submit Type 2 Working Drawings 8 consisting of the shop plans. The Contractor may substitute other rail connection details 9 for those shown in the Plans if details of these changes show in the shop plans and if 1 10 the Engineer accepts them in the Working Drawing response comments. In reviewing 11 the shop plan Working Drawings, the Engineer indicates only that they are adequate 12 and complete enough. The review does not indicate a check on dimensions. 1 13 14 6-07.AP6 15 Section 6-07, Painting I 16 January 5, 2015 17 6-07.3 Painting 1 18 This section is supplemented with the following new subsections: 19 111 20 6-07.3(14) Metallic Coatings 21 22 6-07.3(14)A General Requirements 1 23 This specification covers the requirements for thermal spray metallic coatings, with 24 and without additional paint coats, as a means to prevent corrosion. 25 1 26 The coating system consists of surface preparation by wash cleaning and abrasive 27 blast cleaning, thermal spray application of a metallic coating using a material 28 made specifically for that purpose, and, when specified, shop primer coat or shop 29 primer coat plus top coat in accordance with Section 6-07.3(11)A. The system also 1 30 includes inspection and acceptance requirements. 31 32 6-07.3(14)B Reference Standards 33 SSPC-SP 10/NACE No. 2 Near White Blast Cleaning 34 "SSPC CS 23.00 Guide for Thermal Spray Metallic Coating Systems 35 ASTM-C-633 Standard Test Method for Adhesion or Cohesion ' 36 Strength of Thermal Spray Coatings 37 ASTM D 4417 Standard Test Methods for Field Measurement of . ' 38 Surface Profile of Blast-Cleaned Steel 1 39 ASTM D 6386 Standard Practice for Preparation of Zinc(Hot-Dip 40 Galvanized)Coated Iron and Steel Product and 41 Hardware Surfaces for Painting 42 ASTM D 4541 Standard Test Method for Pull-Off Strength of Coatings 1 43 . Using Portable Adhesion Testers 44 ANSI/AWS C2.18 Guide for the Protection of Steel with Thermal Sprayed 45 Coatings of Aluminum, Zinc and their Alloys and 1 46 Composites 47 Page 54 1 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications II 2 6-07.3(14)C Quality Assurance A representative sample of each lot of the coating material used shall be submitted 3 to the Engineer for analysis prior to use. Zinc shall have a minimum purity of 99.9 I 4 percent. Zinc Aluminum 85/15 wire shall be 14 percent minimum to 16 percent 5 maximum.aluminum. 6 I 7 The thermal sprayed coating shall have a uniform appearance. The coating shall 8 not contain any blisters, cracks, chips or loosely adhering particles, oil or other 9 surface contaminants, nodules, or pits exposing the substrate. 10 I 11 The thermal spray coating shall adhere to the substrate with a minimum bond of 12 700 psi. The Contractor's QA program shall include thermal spray coating bond 13 testing. II14 15 The Engineer may cut through the coating with a knife or chisel. If upon doing so, 16 any part of the coating lifts away from the base metal 1/4 in. or more ahead of the 17 cutting blade without cutting the metal, then the bond is considered not effective 18 and is rejected. 19 I 20 Coated areas which have been rejected or damaged in the inspection procedure 21 described shall have the defective sections blast cleaned to remove all of the 22 thermal sprayed coating and shall then be recoated. Before resubmittal and 23 inspection, those sections where coating has not reached the required thickness I24 shall be sprayed with additional metal until that thickness is achieved. 25 26 6-07.3(14)D Submittals I 27 The Contractor shall submit to the Engineer, prior to abrasive blast cleaning, a 12 28 inch square steel plate, of the same material and approximate thickness of the steel 29 to be coated, blasted clean in accordance with Section 6-07.3(14)E. The sample I 30 plate will be checked for specified angular surface pattern, the abrasive grit size 31 and type used, and the procedure used. This plate shall be used as the visual 32 standard to determine the acceptability of the cleaned surface. In the event the I 33 34 Contractor's cleaning operation is inferior to the sample plate, the Contractor shall be required to correct the cleaning operation to do a job comparable to the 35 specimen submitted. 36 I 37 At the same time as submitting the abrasive blast cleaned steel plate sample, the 38 Contractor shall submit to the Engineer, a second 12 inch square steel plate of the 39 same material and thickness, cleaned and thermal spray coated in accordance with I40 the same processes and with the same equipment as intended for use in applying 41 the thermal spray coatings. The Engineer may request additional cleaned and 42 thermal spray coated samples to be produced and submitted coincident with I 43 thermal spray coating of the items specified in the Plans to receive thermal spray 44 coatings. 45 I . 46 47 6-07.3(14)E Surface Preparation Surface irregularities (e.g., sharp edges and/or carburized edges, cracks, 48 delaminations, pits, etc.) interfering with the application of the coating shall be I 49 50 removed or repaired, prior to wash cleaning. Thermal cut edges shall be ground to reduce hardness to attain the surface profile required from abrasive blast cleaning. 51 IPage 55 City of Federal Way RFB#15-003 S 324'St Preservation Project 2015 Amendments to the Standard Specifications 1 1 All dirt, oil, scaling, etc. shall be removed prior to blast cleaning. All surfaces shall 2 be wash cleaned with either clean water at 8000 psi or water and detergent at 2000 ' 3 psi with two rinses with clean water. 4 5 The surface shall be abrasive blast cleaned to near white metal(SSPC-SP 10). 6 The surface profile shall be measured using a surface profile comparator, replica 7 tape, or other method suitable for the abrasive being used in accordance with 8 ASTM D 4417. 9 10 Where zinc coatings up to and including 0.009 inch thick are to be applied, one of 11 the following abrasive grits shall be used with pressure blast equipment to produce I 12 a 3.0 mils AA anchor tooth pattern: 13 14 1. Aluminum oxide or silicon carbide 15 mesh size: SAE G-25 to SAE G-40 16 17 2. Hardened steel grit 18 mesh size: SAE G-25 to SAE G-40 19 20 3. Garnet, flint, or crushed nickel or black beauty coal slag 21 mesh size: SAE G-25 to SAE G-50 22 23 Where zinc coatings greater than 0.010 inch thick are to be applied, one of the 24 following abrasive grits shall be used with pressure blast equipment to produce a I 25 5.0 mils AA anchor tooth pattern: 26 27 1. Aluminum oxide or silicon carbide 1 28 mesh size: SAE G-18 to SAE G-25 • 29 30 2. Hardened steel grit 31 mesh size: SAE G-18 to SAE G-25 32 33 3. Garnet,flint, or crushed nickel or black beauty coal slag 34 mesh size: SAE G-18 to SAE G-25 35 36 The pressure of the blast nozzle, as measured with a needle probe gauge, with • 37 pressure type blasting equipment shall be as follows 38 39 1. With aluminum oxide, silicon carbide, flint, or slag- 50 psi minimum and 60 • 40 psi maximum. 41 42 2. With garnet or steel grit-75 psi minimum. 43 I 44 The pressure at the blast nozzle, with siphon blasting (suction blasting), shall be as 45 follows:. 46 47 1. With aluminum oxide, silicon carbide, flint, or slag -75 psi maximum. 48 49 2. With garnet or steel grit-90 psi maximum. ' 50 Page 56 City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 Amendments to the Standard Specifications II The abrasive blast stream shall be directed onto the substrate surface at a spray 2 angle of 75 to 90 degrees, and moved side to side. The nozzle to substrate 3 distance shall be 4 to 12 inches. I 4 5 6-07.3(14)F Application of Metallic Coating 6 No surface shall be sprayed which shows any sign of condensed moisture or which I7 does not comply with Section 6-07.3(14)E. If rust bloom occurs within the holding 8 time between abrasive blast cleaning and thermal spraying, the surface shall be 9 reblasted at a blast angle as close to perpendicular to the surface as possible to I 10 achieve a 2.0 to 4.0 mil anchor tooth pattern. Thermal spraying shall not take place 11 when the relative humidity is 90% or greater, when the steel temperature is less 12 than 5°F above the dew point, or when the air or steel temperature is less than 13 40°F. I 14 15 Clean, dry air shall be used with not less than 50 psi air pressure at the air. 16 regulator. Not more than 50 feet of 3/8 in. ID hose shall be used between the air I 17 regulator and the metallizing gun. The metallizing gun shall be started and 18 adjusted with the spray directed away from the work. During the spraying operation 19 and depending upon the equipment being used, the gun shall be held as close to I 20 perpendicular as possible to the surface from 5 to 8 inches from the surface of the 21 work. 22 I 23 Manual spraying shall be done in a block pattern, typically 2 feet by 2 feet square. 24 The sprayed metal shall overlap on each pass to ensure uniform coverage. The 25 specified thickness of the coating shall be applied in multiple layers. In no case are 26 fewer than two passes of thermal spraying, overlapping at right angles, acceptable. I27 28 At least one single layer of coating shall be applied within 4 hours of blasting and 29 the surface shall be completely coated to the specified thickness within 8 hours of I 30 blasting. 31 32 The minimum coating thickness shall be 6 mils unless otherwise shown in the I 33 Plans. 34 35 6-07.3(14)G Applications of Shop Coats and Field Coats I 36 ' The surface shall be wiped clean with solvent immediately before applying the 37 wash primer. The wash primer shall have a low viscosity appropriate for absorption 38 into the thermal spray coating, and shall be applied within 8 hours after completion 39 _ of thermal spraying or before oxidation occurs. The dry film thickness of the wash I 40 primer shall not exceed 0.5 mils or be less than 0.3 mils. It shall be applied using 41 an appropriate spray gun except in those areas where brush or roller application is . 42 necessary. The subsequent shop primer or field coats shall be applied no less than I43 one-half hour after a wash primer. 44 45 The shop primer coat,when specified, shall be applied in accordance with Section I 46 6-07.3(11)A and the paint manufacturer's recommendations. 47 48 All field coats, when specified, shall be applied in accordance with Section 6- ' 49 07.3(11)A and the paint manufacturer's recommendations. The color of the top 50 coat shall conform to Section 6-03.3(30)as supplemented in these Special 51 Provisions. IPage 57 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 2 6-07.3(2) Submittals 3 The first paragraph is revised to read: 4 5 The Contractor shall submit Type 2 Working Drawings of the painting plan. 6 7 6-07.3(10)A Containment 8 The second paragraph is revised to read: 9 10 The containment length shall not exceed the length of a span (defined as pier to pier). 11 • The containment system shall not cause any damage to the existing structure. All 12 clamps and other attachment devices shall be padded or designed such that they shall 13 not mark or otherwise damage the steel member to which they are attached. All clamps 14 and other attachment devices shall be fully described in the Contractor's painting plan 15 Working Drawing submittal. Field welding of attachments to the existing structure will 16 not be allowed. The Contractor shall not drill holes into the existing structure or through 17 existing structural members except as shown in the Contractor's painting plan Working I 18 Drawing submittal. All provisions for dust collection, ventilation and auxiliary lighting 19 within the containment system shall be fully described the Contractor's painting plan 20 Working Drawing submittal. 21 22 In the second to last paragraph, "approved" is revised to read "accepted". 23 . 24 6-07.3(10)E Surface Preparation— Full Paint Removal 25 This section is revised to read: 26 27 For structures where full removal of existing paint is specified, the Contractor shall 28 remove any visible oil, grease, and road tar in accordance with SSPC-SP 1. 29 30 Following preparation by SSPC-SP 1, all steel surfaces to be painted shall be prepared 31 in accordance with SSPC-SP 10, near-white metal blast cleaning. Surfaces inaccessible 32 to near-white metal blast cleaning shall be prepared in accordance with SSPC-SP 11, in 33 power tool cleaning to bare metal, as allowed by the Engineer. . 34 35 6-07.3(10)F Collecting, Testing and Disposal of Containment Waste 36 In the first paragraph, the last sentence before the numbered list is revised (up until the , 37 colon)to read: 38 39 The sealed waste containers shall be stored in accordance with Section 1-06.4, the 40 painting plan, and the following requirements: 41 42 In the second paragraph, the first sentence is revised to read: 43 44 All material collected by and removed from the containment system shall be taken to a 45 landside staging area, provided by the Contractor, for further processing and storage 46 prior to transporting for disposal. 47 48 The ninth paragraph is revised to read: 49 50 The Contractor shall submit a Type 1 Working Drawing of all TCLP results. 51 Page 58 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 The first sentence of the last paragraph is revised to read: 2 3 The Contractor shall submit a Type 1 Working Drawing consisting of waste disposal ' 4 documentation within 15 working days of each disposal. 5 6 6-07.3(10)K Coating Thickness 7 The last paragraph is revised to read: 8 9 If the specified number of coats does not produce a combined dry film thickness of at 11 10 least the sum of the thicknesses required per coat, or if an individual coat does not meet the minimum thickness, or if visual inspection shows incomplete coverage, the coating 12 system will be rejected, and the Contractor shall discontinue painting and surface 13 preparation operations and shall submit a Type 2 Working Drawing of the repair ' 14 proposal. The repair proposal shall include documentation demonstrating the cause of 15 the less than minimum thickness along with physical test results, as necessary, and 16 modifications to work methods to prevent similar results. The Contractor shall-not ' 17 resume painting or surface preparation operations until receiving the Engineer's 18 acceptance of the completed repair. 19 20 6-07.3(10)L Environmental Condition Requirements Prior to Application of 21 Paint 22 In the last paragraph, the second to last sentence is revised to read: 23 24 If a paint system manufacturer's recommendations allow for application of a paint under 25 environmental conditions other than those specified, the Contractor shall submit a Type 26 2 Working Drawing consisting of a letter from the paint manufacturer specifying the 27 environmental conditions under which the paint can be applied. 28 29 In the last sentence of the last paragraph,"approval" is revised to read "concurrence". 30 1 31 6-07.3(11)B1 Submittals 32 The first paragraph (up until the colon) is revised to read: 33 34 The Contractor shall submit Type 2 Working Drawings consisting of the following 35 information: 36 37 6-07.3(11)B3 Galvanized Surface Cleaning and Preparation • 38 The first paragraph is revised to read: 39 40 Galvanized surfaces receiving the powder coating shall be cleaned and prepared for 41 coating in accordance with ASTM D 6386, and the project-specific powder coating plan. 42 43 6-07.3(11)B4 Powder Coating Application and Curing 44 The first paragraph (up until the colon) is revised to read: 45 46 After surface preparation, the two-component powder coating shall be applied in 47 accordance with the powder coating manufacturer's recommendations, the project- ' 48 specific powder coating plan, and as follows:. 49 ' Page 59 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 6-07.3(11)B5 Testing ' 2 In the fifth sentence of the first paragraph, the phrase "as approved by the Engineer" is 3 deleted. 4 5 The second paragraph is revised to read: 6 7 The results of the QC testing shall be documented in a QC report, and submitted as a ' 8 Type 2 Working Drawing. 9 • 10 In the fourth paragraph, the phrase"as approved by the Engineer" is deleted. 11 12 In the last paragraph, "Engineer's approval" "is revised to read "Engineer's acceptance". 13 14 6-07.3(11)B6 Coating Protection for Shipping 15 The phrase"as approved by the Engineer" is deleted from this section. 16 17 The first sentence of the last paragraph is revised to read: ' 18 19 After erection, all coating damage due to the Contractor's shipping, storage, handling, 20 and erection operations shall be repaired by the Contractor in accordance with the 21 project-specific powder coating plan. 22 23 6-07.5 Payment 24 The following new paragraph is inserted before the last paragraph: 25 26 All costs in connection with producing the metallic coatings as specified shall be 27 included in the unit contract price for the applicable item or items of work. 28 29 6-09.AP6 30 Section 6-09, Modified Concrete Overlays 31 January 5, 2015 32 6-09.2 Materials 33 The second sentence of the fifth paragraph is revised to read: 34 35 Microsilica will be accepted based on submittal of a Manufacturer's Certificate of 36 Compliance. 37 38 The seventh paragraph is revised to read: 39 40 Latex admixture will be accepted based on submittal of a Manufacturer's Certificate of 41 Compliance. 42 43 6-09.3(1)H Mobile Mixer for Latex Modified Concrete 44 In item number 2 of the first paragraph, "An approved recording meter" is revised to read "A 45 recording meter". 46 47 In item number 3 of the first paragraph, "an approved flow meter" is revised to read "a flow 48 meter". 49 Page 60 City of Federal Way RFB#15-003 S 324"'St Preservation Project 2015 Amendments to the Standard Specifications I I 1 6-09.,3(1)J Finishing Machine 2 The last two sentences of the last paragraph are revised to read: 3 I 4 A machine with a vibrating pan as an integral part may be proposed. Other finishing 5 machines will be allowed subject to concurrence of the Engineer. 6 I 7 6-09.3(2) Submittals 8 This section is revised to read: . 9 10 The Contractor shall submit the following Working Drawings in accordance with Section I 11 12 1-05.3: 13 1. A Type 1 Working Drawing of the type of machine (rotary milling, hydro- ' 14 demolition, or shot blasting)selected by the Contractor for use in this project to 15 scarify concrete surfaces. 16 I 17 2. A Type 1 Working Drawing of the axle loads and axle spacing of the rotary 18 milling machine (if used). 19 I 20 3. A Type 2 Working Drawing of the Runoff Water Disposal Plan (if a hydro- 21 demolition machine is used). The Runoff Water Disposal Plan shall describe all 22 provisions for the containment, collection, filtering, and disposal of all runoff I 23 24 water and associated contaminants generated by the hydro-demolition process, including containment, collection and disposal of runoff water and debris 25 escaping through breaks in the bridge deck. 26 I27 4. A Type 2 Working Drawing of the method and materials used to contain, collect, 28 and dispose of all concrete debris generated by the scarifying process, 29 including provisions for protecting adjacent traffic from flying debris. I 30 31 5. A Type 1 Working Drawing of the mix design for concrete Class M, and either 32 fly ash modified concrete, microsilica modified concrete, or latex modified I 33 34 concrete, as selected by the Contractor for use in this project in accordance with Section 6-09.3(3). 35 I 36 37 6. A Type 1 Working Drawing of samples of the latex admixture and the portland cement for testing and compatibility(if latex modified concrete is used). 38 I 39 7. A Type 2 Working Drawing of the paving equipment specifications and details 40 of the screed rail support system, including details of anchoring the rails and 41 providing rail continuity. 42 I 43 6-09.3(3)A General 44 In the last paragraph, the phrase"and as approved by the Engineer" is deleted. 45 I46 6-09.3(4)B Latex Admixture 47 In the second sentence of the second paragraph, the phrase"and as approved by the 48 Engineer" is deleted. I 49 50 6-09.3(5)A General 51 The second paragraph is deleted. IPage 61 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 2 In the third and fourth paragraphs, the phrase"and as approved by the Engineer" is deleted. 3 4 In the fifth paragraph, "approved by the Engineer" is revised to read "acceptable to the 5 Engineer". 6 7 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 8 In the last sentence of the last paragraph, "approval" is revised to read "acceptance". 9 10 6-09.3(5)C Hydro-Demolishing 11 In the third and fourth paragraphs, the phrase"as approved by the Engineer" is deleted. I 12 13 6-09.3(6)B Deck Repair Preparation 14 The second to last paragraph is revised to read the following three new paragraphs: 15 16 The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted 17 or hydro-blasted and blown clean just prior to placing concrete. 18 19 Where existing steel reinforcing bars inside deck repair areas show deterioration 20 exceeding the limits defined in the Plans, the Contractor shall furnish and place steel 21 reinforcing bars alongside the deteriorated bars in accordance with the details shown in 22 the Plans. Payment for such extra Work will be by force account as provided in Section 23 1-09.6. 24 25 Bridge deck areas outside the repair area or steel reinforcing bar inside or outside the 26 repair area damaged by the Contractor's operations, shall be repaired by the Contractor 27 at no additional expense to the Contracting Agency, and to the satisfaction of the 28 Engineer. 29 30 6-09.3(6)C Placing Deck Repair Concrete 31 The third paragraph is supplemented with the following: 32 33 The Work of Type 1 further deck preparation shall consist of removing and disposing of 34 the concrete within the repair area. 35 36 The following new sentence is inserted before the last sentence of the last paragraph: 37 38 The Work of Type 2 further deck preparation shall consist of removing and disposing of 39 concrete within the repair area, and furnishing, placing, finishing, and curing the repair 40 concrete. 41 42 6-09.3(7) Surface Preparation for Concrete Overlay 43 The first sentence of the second paragraph is revised to read: 44 45 If either a rotary milling machine or a shot blasting machine is used for concrete 46 scarification, then the concrete deck shall be sandblasted or shot blasted, using 47 equipment identified in the Working Drawing submittals, until sound concrete is 48 exposed. 49 ' 50 The third paragraph is revised to read: 51 Page 62 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 If a hydro-demolition machine is used for concrete scarification, then the concrete deck 2 shall be cleaned by water blasting with 7,000 psi minimum pressure, until sound 3 concrete is exposed. 4 5 In the fourth paragraph, "as approved by the Engineer" is revised to read "accepted by the 6 Engineer". I 7 8 In the last sentence of the eighth paragraph,the phrase"as approved by the Engineer" is 9 deleted. 10 ' 11 In the first sentence of the last paragraph, "approved" is revised to read "allowed". 12 13 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 14 The second sentence of the last paragraph is revised to read: 15 16 The technical representative shall be capable of performing, demonstrating, inspecting, 17 and testing all of the functions required for placement of the latex modified concrete as 18 specified in Section 6-09.3(11). 19 I 20 The fourth sentence of the last paragraph is revised to read: 21 22 Recommendations made by the technical representative on or off the jobsite shall be 23 24 adhered to by the Contractor at no additional expense to the Contracting Agency. 25 6-09.3(10)A Survey of Existing Bridge Deck Prior to Scarification 26 The third sentence of the fourth paragraph is revised to read: ' 27 28 A Type 1 Working Drawing of each day's survey record shall be provided to the 29 Engineer within three working days after the end of the shift. I30 31 6-09.3(10)B Establishing Finish Overlay Profile 32 In the fourth sentence of the first paragraph, "approved by the Engineer" is revised to read 1 33 "specified by the Engineer". 34 35 In the second paragraph, the phrase"and as approved by the Engineer"is deleted. ' 36 37 6-09.3(11) Placing Concrete Overlay 38 In the fourth paragraph, the last sentence of item number 3 is revised to read: ' 39 40 If the Contractor elects to work at night to meet these criteria, adequate lighting shall be 41 provided at no additional expense to the Contracting Agency. 42 43 6-09.4 Measurement 44 The last paragraph is deleted and replaced with the following: I 45 46 Further deck preparation for Type 1 deck repair and for Type 2 deck repair will be 47 measured by the square foot of surface area of deck concrete removed in accordance I 48 with Section 6-09.3(6). 49 ' Page 63 City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 6-09.5 Payment "Further Deck Preparation", per cubic foot and the paragraph followin this Bid I 2 The Bid item Furthe p , p following d 3 item are deleted and replaced with the following two new Bid items: 4 5 "Further Deck Preparation for Type 1 Deck Repair", per square foot. 6 7 "Further Deck Preparation for Type 2 Deck Repair", per square foot. 8 9 The Bid item "Further Deck Preparation", force account and the paragraph following this Bid 10 item are deleted. 11 12 6-10.AP6 13 Section 6-10, Concrete Barrier ' 14 January 5, 2015 15 6-10.1 Description , 16 In the second paragraph, "approved" is revised to read "specified". 17 18 6-10.3 Construction Requirements ' 19 In the first paragraph, "approved" is revised to read "specified". 20 21 6-10.3(5) Temporary Concrete Barrier 22 The last sentence of the first paragraph is deleted. 23 24 The second paragraph is revised to read: 25 • 26 If the Contract calls for the removal and resetting of permanent barrier, and the 27 permanent barrier is not required to remain in place until reset, the permanent barrier I 28 may be substituted for temporary concrete barrier. Any of the permanent barrier 29 damaged during its use as temporary barrier will become the property of the Contractor 30 and be replaced with permanent barrier when the permanent barrier is reset to its 31 permanent location. 32 33 The third paragraph is revised to read: 34 35 All barrier shall be in good condition,without cracks, chips, spalls, dirt, or traffic marks. If 36 any barrier segment is damaged during or after placement, the Contractor shall 37 immediately repair it to the Engineer's satisfaction or replace it with an undamaged 38 section. 39 40 The following new paragraph is inserted after the third paragraph: 41 42 Delineators shall be placed on the traffic face of the barrier 6 inches from the top and 43 spaced a maximum of 40 feet on tangents and 20 feet through curves. The reflector 44 color shall be white on the right side of traffic and yellow on the left side of traffic. The 45 Contractor shall maintain, replace and clean the delineators when ordered by the 46 Engineer. 47 ' Page 64 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 6-11.AP6 2 Section 6-11, Reinforced Concrete Walls 1 3 January 5, 2015 4 6-11.3(1) Submittals ' 5 The first paragraph is revised to read: 6 7 The Contractor shall submit Type 2E Working Drawings consisting of excavation 8 9 shoring plans in accordance with Section 2-09.3(3)D. 10 The second paragraph is revised to read: 11 ' 12 The Contractor shall submit Type 2E Working Drawings of falsework and formwork 13 plans in accordance with Sections 6-02.3(16)and 6-02.3(17). 14 ' 15 The third paragraph (up until the colon) is revised to read: 16 17 If the Contractor elects to fabricate and erect precast concrete wall stem panels, Type ' 18 2E Working Drawings of the following information shall be submitted in accordance with 19 Section 6-02.3(28)A: 20 ' 21 The last paragraph is deleted. 22 23 6-11.3(3) Precast Concrete Wall Stem Panels I24 25 In the third paragraph, the phrase "as approved by the Engineer" is deleted. 26 6-12.AP6 ' 27 Section 6-12, Noise Barrier Walls 28 January 5, 2015 ' 29 6-12.3(1) Submittals 30 In the first paragraph, the second sentence is revised to read: 31 ' 32 The Contractor shall submit a Type 2 Working Drawing consisting of the noise barrier 33 wall access plan. 34 • 35 The second paragraph (up until the colon)is revised to read: 36 37 For construction of all noise barrier walls with shafts, the Contractor shall submit a Type ' 38 2 Working Drawing consisting of the shaft construction plan, including at a minimum the 39 following information: 40 41 In the third paragraph, the first sentence is revised to read: 42 43 For construction of precast concrete noise barrier walls, the Contractor shall submit 44 Type 2 Working Drawings consisting of shop drawings for the precast concrete panels ' 45 in accordance with Section 6-02.3(28)A. 46 • Page 65 City of Federal Way RFB#15-003 S 320 St Preservation Project 2015 Amendments to the Standard Specifications 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 • "approved 12 In the last sentence of the third paragraph, approved by the Engineer" is revised to read 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". I 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 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 I 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 I 50 The sample panel shall be retained at the fabrication site until all precast concrete 51 panels have been fabricated and accepted. Page 66 ' City of Federal Way RFB#15-003 S 324' St Preservation Project 2015 Amendments to the Standard Specifications • 1 2 6-12.3(10) Finish Line Ground Dressing . 3 In the last sentence of the second paragraph, the phrase "as approved by the Engineer" is ' 4 deleted. 5 6 6-13.AP6 ' 7 Section 6-1.3, Structural Earth Walls 8 January 5, 2015 ' 9 6-13.3(1) Quality Assurance 10 In the first paragraph, the first sentence is revised to read: 11 ' 12 The structural earth wall manufacturer shall.provide a qualified and experienced 13 representative to resolve wall construction problems. 14 ' 15 In the first paragraph, the last sentence is revised to read: 16 17 Recommendations made by the structural earth wall manufacturer's representative shall I18 be followed by the Contractor. 19 20 In the second paragraph, item number 4 is revised to read: 21 22 4. The base of the structural earth wall excavation shall be within three inches of the 23 staked elevations, unless otherwise accepted or specified by the Engineer. 24 25 In the second paragraph, item number 6 is revised to read: 26 6. The backfill reinforcement layers shall be located horizontally and vertically within 127 28 one inch of the locations shown in the structural earth wall working drawings. 29 30 6-13.3(2) Submittals ' 31 In the first paragraph, the first sentence is revised to read: 32 33 The Contractor, or the supplier as the Contractor's agent, shall furnish a Manufacturer's ' 34 Certificate of Compliance certifying that the structural earth wall materials conform to 35 the specified material requirements. 36 ' 37 The second paragraph is revised to read: 38 39 A Type 1 Working Drawing of all test results, performed by the Contractor or the ' 40 41 Contractor's supplier, which are necessary to assure compliance with the specifications,. shall submitted along with each Manufacturer's Certificate of Compliance. 42 43 In the third paragraph, the first sentence is revised to read: 44 45 Before fabrication, the Contractor shall submit a Type 1 Working Drawing consisting of 46 the field construction manual for the structural earth walls, prepared by the wall ' 47 manufacturer. 48 . 49 In the fourth paragraph, the first sentence is revised to read: ' Page 67 City of Federal Way RFB#15-003 S 3241 St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 The Contractor, through the license/patent holder for the structural earth wall system, 3 shall submit Type 2E Working Drawings consisting of detailed design calculations and 4 details. 5 6 The last paragraph is deleted. 7 8 6-13.3(3) Excavation and Foundation Preparation • 9 In the first paragraph, the last two sentences are revised to read: 10 11 The foundation for the structure shall be graded level for a width equal to or exceeding I 12 the length of reinforcing as shown in the structural earth wall working drawings and, for 13 walls with geogrid reinforcing, in accordance with Section 2-12.3. Prior to wall 14 construction, the foundation, if not in rock, shall be compacted as accepted by the I 15 Engineer. 16 17 6-13.3(6) Welded Wire Faced Structural Earth Wall Erection 18 The first two sentences are revised to read: 19 20 The Contractor shall erect the welded wire wall reinforcement in accordance with the. I 21 wall manufacturer's field construction manual. Construction geotextile for wall facing 22 shall be placed between the backfill material within the reinforced zone and the coarse 23 granular material immediately behind the welded wire wall facing, as shown in the Plans 24 and the structural earth wall working drawings. 25 26 6-13.3(7) Backfill 27 The third paragraph is revised to read: 28 29 Misalignment or distortion of the precast concrete facing panels or concrete blocks due 30 to placement of backfill outside the limits of this specification shall be corrected in a 31 manner acceptable to the Engineer. 32 33 In item number 4 of the fifth paragraph, the phrase "as approved by the Engineer" is deleted. 1 34 35 The last paragraph is deleted. 36 37 6-13.3(8) Guardrail Placement 38 In the first sentence of the second paragraph,"approval" is revised to read "permission". 39 ,. 40 6-13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier 41 The first paragraph (up until the colon) is revised to read: 42 I 43 The Contractor, in conjunction with the structural earth wall manufacturer, shall design 44 and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with 45 Section 6-12.3(2)and the above ground geometry details shown in the Plans. The • 46 barrier Working Drawings and supporting calculations shall be Type 2E and shall 47 include, at a minimum, the following: 48 Page 68 , City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 6-14.AP6 2 Section 6-14, Geosynthetic Retaining Walls 3 January 5, 2015 4 6-14.2 Materials 5 In the first paragraph, the section number next to "Anchor rods and associated nuts, washers 6 and couplers" is revised to read: 7 9 8 9-06.5(4) 10 The following new paragraph is inserted after the first paragraph: 11 12 Anchor plate shall conform to ASTM A 36, ASTM A 572 Grade 50, or ASTM A 588. 13 14 6-14.3(2) Submittals I 15 The first paragraph (up until the colon) is revised to read: 16 17 The Contractor shall submit Type 2 Working Drawings consisting of detailed plans for 18 each wall. As a minimum,the submittals shall include the following: 19 20 6-14.3(4) Erection and Backfill. 21 In the second sentence of the second paragraph,"approved by" is revised to read 22 "acceptable to". 23 24 In the last sentence of the fifth paragraph, "approval" is revised to read "permission". 25 26 The sixth paragraph is deleted. 27 28 In item number 5 in the eighth paragraph, the phrase"as approved by the Engineer" is 29 deleted. 30 1 31 In the ninth paragraph, the first sentence is revised to read: 32 33 The Contractor shall construct wall corners at the locations shown in the Plans, and in 34 accordance with the wall corner construction sequence and method in the Working 35 Drawing submittal. 36 I 37 In the last paragraph, the first sentence is revised to read: 38 39 Where required by retaining wall profile grade, the Contractor shall terminate top layers 40 of retaining wall geosynthetic and backfill in accordance with the method in the Working 41 Drawing submittal. 42 43 6-14.5 Payment I 44 In the paragraph following the Bid item "Concrete Fascia Panel", per square foot, "concrete 45 leveling pad" is revised to read "concrete footing". 46 Page 69 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendthents to the Standard Specifications 1 6-15.AP6 , 2 Section 6-15, Soil Nail Walls 3 January 15, 2015 4 6-15.3(3) Submittals 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 I 19 measures acceptable to the Engineer, to prevent sloughing or failure of the adjacent soil 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 I 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 Page 70 1 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 i shall submit Type 2 Working Drawings consisting of shop plans and other details as 2 specified in Section 6-17.3(3)for permanent ground anchors. 3 ' 4 The second paragraph is revised to read: 5 6 The Contractor shall submit Type 1 Working Drawings consisting of the permanent 7 ground anchor grout mix design and the procedures for placing the grout. 8 9 The third paragraph (excluding the numbered list) is revised to read: 10 11 The Contractor shall submit Type 2E Working Drawings consisting of forming plans for 12 the concrete fascia panels, as specified in Sections 6-02.3(16)and 6-02.3(17). 13 ' 14 In the fourth paragraph, the first sentence is revised to read: 15 16 The Contractor shall submit Type 2 Working Drawings consisting of a shaft installation ' 17 18 plan. 19 The last paragraph is deleted. 20 ' 21 6-16.3(3) Shaft Excavation 22 In the third paragraph, the last sentence is revised to read: 23 ' 24 A temporary casing, slurry,or other methods specified in the shaft installation plan shall 25 be used if necessary to ensure such safety and stability. 26 27 The fourth paragraph is revised to read: 28 29 Where caving in conditions are encountered, no further excavation will be allowed until ' 30 the Contractor has implemented the method to prevent ground caving as submitted in 31 accordance with item 4 of the Shaft Installation Plan. 32 ' 33 34 The sixth paragraph is revised to read: 35 The excavated shaft shall be inspected and receive acceptance by the Engineer prior to ' 36 37 proceeding with construction. 38 6-16.3(6)B Temporary Lagging ' 39 The second paragraph (up until the colon) is revised to read: 40 41 The Contractor shall submit Type 2E Working Drawings consisting of the soldier pile 42 wall lagging design details and supporting design calculations. The submittal shall ' 43 include, at a minimum, the following: 44 45 In item number 4 of the second paragraph, "approved by" is revised to read "acceptable to". 46 47 The last paragraph (excluding the table) is revised to read: 48 ' 49 Notwithstanding the requirements of Section 1-06.1, steel materials used by the 50 Contractor as temporary lagging may be salvaged steel provided that the use of such 51 salvaged steel materials shall be subject to visual inspection and acceptance by the Page 71 City of Federal Way RFB#15-003 ' S 3241 St Preservation Project 2015 Amendments to the Standard Specifications 1 1 Engineer. For salvaged steel materials where the grade of steel cannot be positively 2 identified, the design stresses for the steel shall conform to the Section 6-02.3(17)B 3 requirements for salvaged steel, regardless of whether rivets are present or not. 4 , I5 6-16.3(6)D Installing Lagging and Permanent Ground Anchor 6 In the last sentence of the second paragraph, the phrase "as approved by the Engineer" is 7 deleted. 8 9 In the last sentence of the fourth paragraph, the phrase"as approved by the Engineer"is 10 deleted. 11 , 12 6-16.3(8) Concrete Fascia Panel 13 In the first paragraph, the phrase"as approved by the Engineer" is deleted. 14 1 15 16 6-17.AP6 17 Section 6-17, Permanent Ground Anchors ' 18 January 5, 2015 19 6-17.3(3) Submittals ' 20 The first paragraph is revised to read: 21 22 The Contractor shall submit Type 2 Working Drawings consisting of details and 23 structural design calculations for the ground anchor system or systems intended for use. 24 ,25 The second paragraph is revised to read: 26 27 The Contractor shall submit a Type 1 Working Drawing consisting of a detailed 28 description of the construction procedure proposed for use. 29 30 The third paragraph (up until the colon) is revised to read: 31 32 The Contractor shall submit a Type 2 Working Drawing consisting of ground anchor 33 schedule giving: 34 35 In the fourth paragraph, the first sentence is revised to read: 36 37 The Contractor shall submit a Type 2 Working Drawing detailing the ground anchor 38 tendon and the corrosion protection system. 39 40 In the fourth paragraph, item number 3 is revised to read: 41 42 3. Unbonded length corrosion protection system, including the permanent rubber seal 43 between the trumpet and the tendon unbonded length corrosion protection and the 44 transition between the tendon bond length and the unbonded tendon length 45 corrosion protection. 46 47 The last five paragraphs are deleted and replaced with the following four new paragraphs: I 48 Page 72 , City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications ' 1 The Contractor shall submit Type 2 Working Drawings consisting of shop plans as 2 specified in Section 6-03.3(7)for all structural steel, including the permanent ground 3 anchors. 4 5 The Contractor shall submit Type 1 Working Drawings consisting of the mix design for 6 the grout conforming to Section 9-20.3(4)and the procedures for placing the grout. The 7 Contractor shall also submit the methods and materials used in filling the annulus over ' 8 the unbonded length of the anchor. 9 10 The Contractor shall submit Type 2 Working Drawings consisting of the method I 11 proposed to be followed for the permanent ground anchor testing. This shall include all 12 necessary drawings and details to clearly describe the method proposed. 13 ' 14 The Contractor shall submit Type 2 Working Drawings consisting of calibration data for 15 each load cell, test jack, pressure gauge and master pressure gauge to be used. The 16 calibration tests shall have been performed by an independent testing laboratory and ' 17 18 tests shall have been performed within 60 calendar days of the date submitted. 19 6-17.3(5) Tendon Fabrication ' 20 In the tenth paragraph, the last sentence is deleted. 21 22 The twelfth paragraph is revised to read: ' 23 24 The total anchor length shall not be less than that indicated in the Plans or the Working 25 Drawing submittal. 26 ' 27 In the last paragraph, the phrase"as approved by the Engineer" is deleted. 28 29 6-17.3(7) Installing Permanent Ground Anchor ' 30 In the second paragraph, the third sentence is revised to read: 31 32 The Contractor's method to prevent ground movement shall be submitted as a Type 2 ' 33 34 Working Drawing. 35 In the second paragraph, the second to last sentence is revised to read: ' 36 37 At the point of entry the ground anchor shall be installed within plus or minus three 38 degrees of the inclination from horizontal shown in the Plans or the Working Drawing ' 39 40 submittal. 41 6-18.AP6 ' 42 Section 6-18, Shotcrete Facing 43 January 5, 2015 44 6-18.3(1) Submittals 45 In the first paragraph, the first sentence(up until the colon) is revised to read: 46 ' 47 The Contractor shall submit Type 2 Working Drawings consisting of the following: 48 49 In the first paragraph, item number 2 is revised to read: Page 73 City of Federal Way RFB#15-003 ' S 324` St Preservation Project 2015 Amendments to the Standard Specifications 1 2 2. Method and equipment used to apply, finish and cure the shotcrete facing. 3 4 The last paragraph is deleted. 5 6 6-18.3(2) Mix Design 7 In the first paragraph, the second and third sentences are deleted. 8 9 In the last sentence of the second paragraph, and approved by the Engineer" is deleted. 10 11 6-18.3(3)A Preproduction Testing • 12 In the last sentence, "approved" is revised to read "accepted". 13 14 6-18.3(7) Shotcrete Application 15 In the last paragraph, the first sentence is revised to read: 16 17 If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails I 18 to meet the requirements, the Contractor shall immediately modify procedures, 19 equipment, or system, as necessary to produce specification material. 20 21 6-19.AP6 22 Section 6-19, Shafts 23 April 6, 2015 24 6-19.3(2) Shaft Construction Submittal 25 The last sentence is revised to read: 26 27 The submittals shall be Type 2 Working Drawings, except the shaft slurry technical 28 assistance submittal shall be Type 1. 29 30 6-19.3(3) Shaft Excavation 31 In the first paragraph, the phrase"as approved by the Engineer" is deleted. I 32 33 6-19.3(3)B4 Temporary Telescoping Shaft Casing 34 In the first paragraph, the first sentence of item number 1 is revised to read: 35 36 The Contractor shall submit the request to use temporary telescoping casing as a.Type 37 2 Working Drawing. ' 38 39 6-19.3(3)D Bottom of Shaft Excavation 40 In the first sentence of the second paragraph, "approved" is revised to read "accepted". 41 42 .6-19.3(3)E Shaft Obstruction 43 In the last sentence, "approved" is revised to read "accepted". 44 45 6-19.3(3)F Voids Between Permanent Casing and Shaft Excavation 46 In the last sentence, the words "and as approved by the Engineer"are deleted. ' 47 Page 74 ' City of Federal Way RFB#15-003 S 324`h St Preservation Project 2015 Amendments to the Standard Specifications ' 1 6-19.3(3)G Operating Shaft Excavation Equipment From an Existing Bridge 2 The second sentence is revised to read: 3 ' 4 5 If necessary and safe to do so, and if the Contractor submits a Type 2 Working Drawing consisting of a written request in accordance with Section 6-01.6, the Engineer may 6 permit operation of drilling equipment on a bridge. 7 ' 8 6-19.3(3)H Seals for Shaft Excavation in Water 9 The first paragraph is revised to read: 10 11 When shafts are constructed in water and the Plans show a seal between the casing 12 shoring and the upper portion of the permanent casing of the shaft, the Contractor shall 13 construct a seal in accordance with the shaft installation narrative specified in Section 6- ' 14 19.3(2)B Item 7. 15 16 The last sentence of the last paragraph is revised to read: 17 18 If the Contractor uses a casing shoring diameter other than that specified in the Plans, 19 the Contractor shall submit a revised seal design in accordance with Section 6-19.3(2)B ' 20 21 Item 7. 22 6-19.3(4)C Slurry Sampling and Testing 23 The second to last sentence of the first paragraph is revised to read: 24 25 Synthetic slurry shall conform to Section 9-36.2(2), the quality control plan included in ' 26 the shaft installation narrative in accordance with Section 6-19.3(2)B Item 4. 27 28 The second sentence of the second paragraph is revised to read: 29 ' 30 These records shall be submitted as a Type 1 Working Drawing once the slurry system 31 has been established in the first drilled shaft on the project. 32 I 33 6-19.3(4)E Maintenance of a Stable Shaft Excavation 34 In the last sentence of the first paragraph, "approval" is revised to read"review". 35 I 36 6-19.3(4)F Disposal of Slurry and Slurry Contacted Spoils 37 This section is revised to read: 38 I 39 The Contractor shall manage and dispose of the slurry wastewater in accordance with 40 Section 8-01.3(1)C. Slurry-contacted spoils shall be disposed of as specified in the 41 shaft installation narrative in accordance with Section 6-19.3(2)B, item 8, and in I 42 accordance with the following requirements: 43 44 1. Uncontaminated spoils in contact with water-only slurry may be disposed of as 45 clean fill. 46 47 2. Uncontaminated spoils in contact with water slurry mixed with flocculants 48 approved in Section 8-01.3(1)C3 may be disposed of as clean fill away from ' 49 50 areas that drain to surface waters of the state. Page 75 City of Federal Way RFB#15-003 S 3241 St Preservation Project 2015 Amendments to the Standard Specifications 1 1 3. Spoils in contact with synthetic slurry or water slurry with polymer-based I 2 additives or flocculants not approved in Section 8-01.3(1)C3 shall be disposed 3 of in accordance with Section 2-03.3(7)C.With permission of the Engineer, the 4 Contractor may re-use these spoils on-site. 5 6 4. Spoils in contact with mineral slurry shall be disposed of in accordance with 7 Section 2-03.3(7)C. With permission of the Engineer, the Contractor may re-use 8 these spoils on-site. ' 9 10 6-19.3(5)A Steel Reinforcing Bar Cage Assembly 11 In the second to last sentence of the first paragraph, the phrase"as approved by the 12 Engineer" is deleted. 13 14 6-19.3(5)D Steel Reinforcing Bar Cage Support at Base of Shaft Excavation • 15 The first sentence is revised to read: 16 17 For shafts with temporary casing within 15-feet of the bottom of shaft elevation as 18 specified in the Plans, the Contractor may place quarry spells or other rock backfill 19 acceptable to the Engineer into the shaft below the specified bottom of shaft elevation 20 as a means to support the steel reinforcing bar cage, provided that the materials and I 21 means to accomplish this have been addressed by the shaft installation narrative, as 22 specified in Section 6-19.3(2)B Item 9. 23 I 24 6-19.3(6)C Care for CSL Access Tubes From Erection Through CSL Testing 25 In the last sentence, "as approved by the Engineer" is revised to read "acceptable to the 26 Engineer'. 27 28 6-19.3(8)C Requirements for Leaving Temporary Casing in Place 29 Item number 1 (up until the colon) is revised to read: 30 31 1. The Contractor shall submit a Type 2E Working Drawing of the following 32 information: 33 34 In item C of item number 1,the phrase "in accordance with Section 6-01.9" is deleted. 35 36 Item number 2 is deleted. 37 38 6-19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 39 First Shaft 40 This section is revised to read: 41 42 Except as otherwise noted, the Contractor shall not commence subsequent shaft 43 excavations until receiving the Engineer's acceptance of the first shaft, based on the 44 results and analysis of the crosshole sonic log testing for the first shaft. The Contractor 45 may commence subsequent shaft excavations prior to receiving the Engineer's 46 acceptance of the first shaft, provided the following condition is satisfied: 47 48 The Engineer permits-continuing with shaft construction based on the Engineer's 49 observations of the construction of the first shaft, including, but not limited to, 50 conformance to the shaft installation narrative in accordance with Section 6- 51 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's Page 76 City of Federal Way RFB#15-003 S 324"St Preservation Project 2015 Amendments to the Standard Specifications I 'r 1 1 daily logs concerning excavation, steel reinforcing bar placement, and concrete 2 placement 3 4 6-19.3(9)F Contractor's Investigation and Remedial Action Plan 5 This section is revised to read: 6 7 For all shafts determined to be unacceptable, the Contractor shall submit a Type 2 I 8 Working Drawing consisting of a plan for further investigation or remedial action. All 9 modifications to the dimensions of the shafts, as shown in the Plans, required by the 10 investigation and remedial action plan shall be supported by calculations and working I 11 drawings. All investigation and remedial correction procedures and designs shall be 12 submitted. 13 14 6-19.3(9)H Cored Holes 15 The first sentence of the second paragraph is revised to read: 16 I 17 18 Prior to beginning coring, the Contractor shall submit Type 2 Working Drawings consisting of the method and equipment used to drill and remove cores from shaft 19 concrete. 20 21 8-01.AP8 I 22 Section 8-01, Erosion Control and Water Pollution Control 23 January 5, 2015 24 8-01.2 Materials ' 25 This section is supplemented with the following new paragraph: h 26 28 27 For all seed the Contractor shall furnish the Engineer with the following documentation: 29 1. The state or p rovincial seed dealer license and endorsements. 30 I 31 2. Copies of Washington State Department of Agriculture (WSDA)test results on 32 each lot of seed. Test results must be within six months prior to the date of 33 application. 34 35 8-01.3(1)A Submittals 36 The first sentence in the second paragraph is revised to read: 1 3 38 Modified TESC Plans shall meet all requirements of the current edition of the WSDOT 39 Temporary Erosion and Sediment Control Manual M 3109. ' 40 41 8-01.3(1)C Water Management 42 Items number 1 through 3 are deleted. 43 44 This section is supplemented with the following new subsections: 45 ' 46 8-01.3(1)C1 Disposal of Dewatering Water 47 When uncontaminated groundwater with a pH range of 6.5--8.5 is encountered in an 48 excavation, it may be disposed of as follows: Page 77 City of Federal Way RFB#15-003 II S 324th St Preservation Project 2015 I Amendments to the Standard Specifications 1 '. 2 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass 3 detention and treatment facilities and be discharged into the stormwater 4 conveyance system at a rate that will not cause erosion or flooding in the 5 receiving surface water body. 6 7 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% 8 of the turbidity of the site stormwater runoff, whichever is greater, the same 9 detention and treatment facilities as used to treat the site runoff may be used. 10 11 3. When the turbidity of the groundwater is more than 25 NTU above or 125% of I 12 the turbidity of the site stormwater runoff, whichever is greater, the groundwater 13 shall be treated separately from the site stormwater. 14 15 Alternatively, the Contractor may pursue independent disposal and treatment 16 alternatives that do not use the stormwater conveyance system. 17 18 8-01.3(1)C2 Process Wastewater 19 Wastewater generated on-site as a byproduct of a construction process shall not be 20 discharged to surface waters of the State. Some sources of process wastewater may be 21 infiltrated in accordance with the NPDES Construction Stormwater General Permit. 22 23 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 24 Wastewater generated on-site during shaft drilling activity shall be managed and 25 disposed of in accordance with the requirements below. No shaft drilling slurry 26 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 27 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 28 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 29 30 1. Water-only shaft drilling slurry or water slurry with approved flocculants may be I 31 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 32 14.5(1)or shall be chitosan products listed as General Use Level Designation 33 (GULD)on the Department of Ecology's stormwater treatment technologies 34 webpage for construction treatment. Infiltration is permitted if the following 35 requirements are met: 36 37 a. Wastewater shall have a pH of 6.5—8.5 prior to discharge. 38 39 b. The source water meets drinking water standards or the Groundwater 40 Quality Criteria listed in WAC 173-200-040. 41 42 c: The amount of flocculent added to the slurry shall be kept to the minimum 43 needed to adequately settle out solids. The flocculent shall be thoroughly 44 mixed into the slurry. 45 46 d. Infiltration locations shall be at least 100 feet away from surface waters, I 47 wells, on-site sewage systems, aquifer-sensitive recharge areas, sole 48 source aquifers, and well-head protection areas. Before infiltration begins, 49 there shall be a minimum of 5 feet of unsaturated soil between the soil 50 surface receiving the wastewater for infiltration and the groundwater 51 surface (i.e., saturated soil). Page 78 ' City of Federal Way • RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications II 2 e. The slurry removed from the shaft shall be contained in a leak proof cell or 3 tank for a minimum of 3 hours. I 4 5 f. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater 6 may be infiltrated in an infiltration location. The infiltration rate shall be 7 reduced if needed to prevent wastewater from leaving the infiltration I 8 location. The infiltration site shall be monitored regularly during infiltration 9 activity. All wastewater discharged to the ground must fully infiltrate and I 10 discharges must stop before the end of each work day. 11 12 g. After infiltration activity is complete, loose sediment in the infiltration 13 location that may have resulted from the infiltration activity or the removal I 14 of BMPs used to manage infiltration activity shall be stabilized to prevent 15 mobilization by stormwater runoff. 16 . I17 18 h. Drilling spoils and settled sediments remaining in the containment cell or tank shall be disposed of in accordance with Section 6-19.3(4)F. 19 I 20 21 is Infiltration locations shall be marked on the on-site temporary erosion and . sediment control (TESC) plan sheets before the infiltration activity begins. 22 I 23 j. Prior to infiltrating water-only shaft drilling slurry or water slurry with 24 approved flocculants, the Contractor shall submit a Shaft Drilling Slurry 25 Wastewater Management and Infiltration Plan as a Type 2 Working 26 Drawing. This Plan shall be kept on-site, adapted if needed to meet the I 27 construction requirements, and updated to reflect what is being done in the 28 field. The Working Drawing shall include, at a minimum, the following 29 information: I 30 31 i. Plan sheet showing the proposed infiltration location and all surface 32 waters, wells, on-site sewage systems, aquifer-sensitive recharge I 33 34 areas, sole source aquifers, and well-head protection areas within 150 feet. 35 I 36 37 ii. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface(i.e., saturated soil). 38 39 iii. The source of the water used to produce the slurry. I40 41 iv. The estimated total volume of wastewater to be infiltrated. 42 I 43 44 v. The approved flocculant to be used (if any). 45 vi. The controls or methods(e.g., trenches, traps, berms, silt fence, I 46 dispersion, or discharge metering devices)that will be used to 47 prevent surface wastewater runoff from leaving the infiltration 48 location. The Working Drawing shall include all pertinent design I 49 details (e.g., sizing of trenches or traps, placement or height of 50, berms, application techniques) needed to demonstrate the proposed Page 79 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 controls or methods are adequate to prevent surface wastewater I 2 runoff from leaving the infiltration location. 3 4 vii. The strategy for removing slurry wastewater from the shaft and 5 containing the slurry wastewater once it has been removed from the 6 shaft. 7 8 viii. The strategy for monitoring infiltration activity and adapting methods 9 to ensure compliance. 10 11 ix. A contingency plan that can be implemented immediately if it I 12 becomes evident that the controls in place or methods being used 13 are not adequate. 14 15 x. The strategy for cleaning up the infiltration location after the infiltration 16 activity is done. Cleanup shall include stabilizing any loose sediment 17 on the surface within the infiltration area generated as a byproduct of 18 suspended solids in the infiltrated wastewater or soil disturbance 19 associated with BMP placement and removal. 20 21 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not 22 approved for infiltration shall be contained and disposed of by the Contractor at 23 an approved disposal facility in accordance with Section 2-03.3(7)C. Spoils that 24 have come into contact with mineral slurry shall be disposed of in accordance 25 with Section 6-19.3(4)F. 26 27 8-01.3(1)C4 Management of Off-Site Water 28 Prior to disruption of the normal watercourse, the Contractor shall intercept the off-site 29 surface water and pipe it either through or around the project site. This water shall not 30 be combined with on-site stormwater. It shall be discharged at its preconstruction outfall 31 point in such a manner that there is no increase in erosion below the site. The 32 Contractor shall submit a Type 2 Working Drawing consisting of the method for 33 performing this Work. 34 35 8-01.3(2)A Preparation for Application 36 This section's content is deleted and replaced with the following two new subsections: 37 38 8-01.3(2)A1 Seeding 39 Areas to be cultivated are shown in the Plans or specified in the Special Provisions. The 40 areas shall be cultivated to the depths specified to provide a reasonably firm but friable 41 seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. 42 43 All areas to be seeded, including excavated slopes shall be compacted and prepared I 44 unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, 45 or similar equipment that forms longitudinal depressions at least 2 inches deep shall be 46 used for compaction and preparation of the surface to be seeded. • 47 48 The entire area shall be uniformly covered with longitudinal depressions formed 49 perpendicular to the natural flow of water on the slope. The soil shall be conditioned 50 with sufficient water so the longitudinal depressions remain in the soil surface until 51 completion of the seeding. Pag e80 City of Federal Way RFB#15-003 S 324` St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, 3 junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a I 4 weed free and bare condition. 5 6 All bags of seed shall be brought to the site in sealed bags and shall have seed labels 7 attached showing the seed meets the Specifications. Seed which has become wet, I8 moldy, or otherwise damaged in transit or storage will not be accepted. 9 10 8-01.3(2)A2 Temporary Seeding I 11 A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions 12 at least 2 inches deep shall be used for compaction and preparation of the surface to be 13 seeded. The entire area shall be uniformly covered with longitudinal depressions formed I 14 perpendicular to the natural flow of water on the slope. The soil shall be conditioned 15 with sufficient water so the longitudinal depressions remain in the soil surface until 16 completion of the seeding. I17 18 8-01.3(2)B Seeding and Fertilizing . 19 In the list in the second paragraph, item numbers 1-5 are revised to read: I 20 21 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous 22 agitation through paddle blades. It shall have an operating capacity sufficient to I 23 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed 24 and water or other material. Distribution and discharge lines shall be large enough to 25 prevent stoppage and shall be equipped with a set of hydraulic discharge spray 26 nozzles that will provide a uniform distribution of the slurry. I 27 28 2. Blower equipment with an adjustable disseminating device capable of maintaining a • 29 constant, measured rate of material discharge that will.ensure an even distribution of 130 seed at the rates specified. 31 32 3. Helicopters properly equipped for aerial seeding. I 33 34 4. Power-drawn drills or seeders. 35 I 36 5. Areas in which the above methods are impractical may be seeded by hand 37 methods. 38 39 8-01.3(2)C Liming I 40 This section including title is deleted in its entirety and replaced with the following: 41 42 8-01.3(2)C Vacant I43 44 8-01.3(2)D Mulching 45 The first sentence of the second paragraph is revised to read: I 46 47 Distribution of straw mulch material shall be by means that utilizes forced air to blow 48 mulch material on seeded areas. I 49 50 8-01.3(11) Outlet Protection 51 In the last sentence, "Section 9-13.6" is revised to read "Section 9-13.1(5)". IPage 81 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications I 1 2 8-01.4 Measurement 3 In the twelfth paragraph, "liming" is deleted. 4 1 5 8-01.5 Payment 6 The bid item "Liming", per acre is deleted. 7 8 8-02.AP8 9 Section 8-02, Roadside Restoration 10 January 5, 2015 I 11 8-02.3(1) Responsibility During Construction 12 The last sentence of the second paragraph is revised to read: I 13 14 This Work shall include keeping the planted and seeded areas free from insect 15 infestation, weeds or unwanted vegetation, litter, and other debris along with retaining • I 16 the finished grades and mulch in a neat uniform condition. 17 18 8-02.3(2) Roadside Work Plan I 19 This section's title is revised to read: 20 21 Work Plans I 22 23 This section's content is deleted in its entirety and replaced with the following new 24 subsections: I 25 26 8-02.3(2)A Roadside Work Plan . 27 Before starting any Work that disturbs the earth and as described in Sections 8-01, 8-02 28 and 8-03, the Contractor shall submit a roadside work plan. The roadside work plan I 29 shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to 30 provide all Contract requirements, including: wetland excavation, soil preparation, 31 habitat structure placement, planting area preparation, seeding area preparation, bark I 32 mulch and compost placement, seeding, planting, plant replacement, irrigation, and . 33 weed control in narrative form. 34 I 35 The Roadside Work Plan shall also include a copy of the approved progress schedule. 36 37 8-02.3(2)B Weed and Pest Control Plan I 38 The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The 39 weed and pest control plan shall include scheduling and methods of all control 40 measures required under the Contract or proposed by the Contractor including soil I 41 preparation methods to meet the required soil surface conditions in the planting, bark 42 mulch, and wetland areas. The weed control plan shall show general weed control 43 including hand, mechanical and chemical methods, timing, application of herbicides ' 44 including type, rate, use and timing, mowing, and noxious weed control. Target weeds 45 and unwanted vegetation to be removed shall be identified and listed in the weed 46 control plan. 47 I 48 The plan shall be prepared and signed by a licensed Commercial Pest Control Operator 8 e P P P 9 Y P 49 or Consultant when chemical pesticides are proposed. The plan shall include methods Page 82 City of Federal Way RFB#15-003 S 324' St Preservation Project 2015 I Amendments to the Standard Specifications II 2 of weed control; dates of weed control operations; and the name, application rate, and Material Safety Data Sheets of all proposed herbicides. In addition, the Contractor shall 3 furnish the Engineer with a copy of the current product label for each pesticide and I 4 5 spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. 6 I 7 8-02.3(2)C Plant Establishment Plan 8 The Plant Establishment Plan shall be prepared in accordance with the requirements of , 9 Section 8-02.3(13)and submitted as a Type 1 Working Drawing. The Plan shall show 10 the proposed scheduling of activities, materials, equipment to be utilized for the first- ' 11 year plant establishment, and an emergency contact person. The Plan shall include the 12 management of the irrigation system, when applicable. Should the plan become 13 unworkable at any time during the first-year plant establishment, the Contractor shall I 14 submit a revised plan prior to proceeding with further Work. 15 16 8-02.3(3) Weed and Pest Control I 17 This section is supplemented with the following new paragraph: 18 19 Grass, including grass applied in accordance with Section 8-01, growing within the I 20 mulch ring of a plant shall be considered a weed and be controlled on the project in 21 accordance with the weed and pest control plan. 22 I 23 8-02.3(4) Topsoil 24 The last sentence of the first paragraph is revised to read: 25 I 26 After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in 27 diameter and larger, and litter shall be raked up, removed, and disposed of by the 28 Contractor. 29 I 30 The following new paragraph is inserted after the first paragraph: 31 32 Topsoil stockpiled for project use shall be protected to prevent erosion and weed I 33 growth. Weed growth on topsoil stockpile sites shall be immediately eliminated in 34 accordance with the approved Weed and Pest Control Plan. 35 I 36 8-02.3(4)C Topsoil Type C 37 The last sentence is revised to read: 38 I 39 Topsoil Type C shall meet the requirements of Sections 8-02.3(4), 8-02.3(4)B, and 9- 40 14.1(3). • 41 ' 42 8-02.3(12) Completion of Initial Planting 43 Item number 4 in the last paragraph is deleted. 44 45 8-02.3(13) Plant Establishment I 46 The first sentence of the second paragraph is deleted. 47 48 The second paragraph is supplemented with the following new sentence: I49 50 The 1 calendar year shall be extended an amount equal to any periods where the 51 Contractor does not comply with the plant establishment plan. IPage 83 City of Federal Way RFB#15-003 I S 320 St Preservation Project 2015 Amendments to the Standard Specifications 1 2 The first sentence of the fourth paragraph is revised to read: 3 4 During the first year of plant establishment under PSIPE(Plant Selection Including Plant II 5 Establishment), the Contractor shall meet monthly with the Engineer for the purpose of 6 joint inspection of the planting material on a mutually agreed upon schedule. 7 8 The last two paragraphs are deleted. 9 10 8-02.4 Measurement 11 This section is supplemented with the following: 12 13 Plant selection will be measured per each. 14 15 PSIPE_(Plant Selection Including Plant Establishment)will be measured per each. 16 17 8-02.5 Payment 18 The paragraph following the bid item "Topsoil Type ", per acre is revised to read: 19 20 The unit Contract price per acre for"Topsoil Type " shall be full payment for all 21 costs for the specified Work. 22 23 The bid item "PSIPE ", per each and the paragraph following the bid item are revised to 24 read: I 25 26 "PSIPE ", per each. 27 28 The unit Contract price for"Plant Selection", per each, and "PSIPE ", per each, 29 shall be full pay for all Work necessary for weed control within the planting area, 30 planting area preparation,fine grading, planting, cultivating, plant storage and I 31 protection, fertilizer and root dip, staking, cleanup, and water necessary to complete 32 planting operations as specified to the end of first year plant establishment. 33 ,34 The bid item"Plant Establishment- Yea?' is deleted. 35 36 8-04.AP8 37 Section 8-04, Curbs, Gutters, and Spillways 38 January 5, 2015 1 39 8-04.2 Materials 40 The referenced section for the following item is revised to read: 41 42 Hand Placed Riprap 9-13.1(4) 43 44 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 45 The first sentence in the fourth paragraph is revised to read: 46 I 47 Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, 48 and placed at the beginning and ends of curb returns, drainage Structures, bridges, and 49 cold joints with existing curbs and gutters. Page 84 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 • Amendments to the Standard Specifications 1 1 2 In the third sentence of the fourth paragraph, "%-inch" is revised to read "�/�-inch". 3 4 8-04.3(1)A Extruded Cement Concrete Curb 5 The second sentence in the second paragraph is revised to read: 6 7 Cement concrete curbs shall be anchored to the existing pavement by placing steel ' 8 reinforcing bars 1 foot on each side of every joint. 9 10 The third paragraph is revised to read: 11 12 Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. 13 14 8-09.AP8 15 Section 8-09, Raised Pavement Markers ' 16 April 7, 2014 17 8-09.3(6) Recessed Pavement Marker ' 18 The following sentence is inserted after the first sentence of the first paragraph: 19 20 The Contractor shall ensure that grinding of the pavement does not result in any I 21 damage, (e.g. chipping, spalling or raveling)to the pavement to remain. 22 23 8-11.AP8 1 24 Section 8-11, Guardrail 25 April 7, 2014 26 8-11.3(1) Beam Guardrail 27 28 After the below Amendments to 8-11.3(1)F and 8-11.3(1)G are applied, this section is i29 supplemented with the following new sub-section: 30 31 8-11.3(1)F Removing and Resetting Beam Guardrail I 32 The Contractor shall remove and reset existing guardrail posts, rail element, hardware 33 and blocks to the location shown in the Plans. The mounting height of reset rail element 34 shall be at the height shown in the Plans. The void caused by the removal of the post ' 35 shall be backfilled and compacted. 36 37 The Contractor shall remove and replace any existing guardrail posts and blocks that ' 38 are not suited for re-use, as staked by the Engineer. The void caused by the removal of 39 the post shall be backfilled and compacted. The Contractor shall then furnish and install 40 a new guardrail post to provide the necessary mounting height. ' . 41 42 8-11.3(1)A Erection of Posts 43 The second paragraph in this section is deleted. 44 45 8-11.3(1)C Terminal and Anchor Installation 46 The last sentence in the last paragraph is deleted. Page 85 City of Federal Way RFB#15-003 ' S 324th St Preservation Project 2015 Amendments to the Standard Specifications • 1 1 2 8-11.3(1)F Plans 3 This section number is revised to: 4 5 8-11.3(1)G 6 7 8-11.3(1)G Guardrail Construction Exposed to Traffic 8 This section number is revised to: 9 10 8-11.3(1)H 11 12 8-18.AP8 13 Section 8-18, Mailbox Support 1 14 August 4, 2014 15 8-18.3(1) Type 3 Mailbox Support • , 16 In the third paragraph, the first sentence is revised to read: 17 18 With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other I 19 durable material, that meets the NCHRP 350 or the Manual for Assessing Safety 20 Hardware(MASH) crash test criteria may be used in place of the design shown in the 21 Standard Plans. 22 23 8-20.AP8 24 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation I 25 Systems, and Electrical 26 April 6, 2015 ' 27 8-20.2(1) Equipment List and Drawings 28 The second sentence of the second paragraph is revised to read: 29 30 Supplemental data would include such items as catalog cuts, product Specifications, 31 shop drawings, wiring diagrams, etc. 32 33 The third paragraph (up until the colon)is revised to read: 34 35 If the luminaires are not listed in the Qualified Products List, the Contractor shall submit I 36 the following information for each different type of luminaire required on the Contract: 37 38 The fourth paragraph (up until the colon)is revised to read: 39 40 The Contractor shall submit for approval Type 3E Working Drawings in accordance with 41 Section 1-05.3 for each of the following types of standards called for on this project: I 42 43 The fifth paragraph is revised to read: 44 I 45 The Contractor will not be required to submit shop drawings for approval for light 46 standards and traffic signal standards conforming to the preapproved plans listed in the Page 86 ' City of Federal Way RFB#15-003 S 324 th St Preservation Project 2015 Amendments to the Standard Specifications II 2 Special Provisions. The Contractor may use preapproved plans posted on the WSDOT website with a more current revision date than published in the Special Provisions. 3 l 4 8-20.3(1) General 5 The following six new paragraphs are inserted after the second paragraph: 6 I 7 If a portion of an existing communication conduit system is damaged due to the 8 Contractor's activities, the affected system shall be restored to original condition. 9 Conduit shall be repaired. Communication cables shall be replaced and the 1 10 communication system shall be made fully operational within 24 hours of being 11 damaged. 12 13 Damaged communication cable shall be replaced between existing termination or splice 1 14 points. No additional termination or splice points will be allowed. An existing 15 termination or splice point is defined as a location where all existing fiber strands or 16 twisted pair wires are terminated or spliced at one point. Communication cable shall be I 17 defined as either copper twisted pair or fiber optic cables. The Contractor may use . 18 temporary splices to restore Contracting Agency communication systems until the 19 permanent communication cable system is restored. I 20 21 When damage to an existing communication system has occurred, the Contractor shall 22 perform the following in addition to other restoration requirements: I 23 24 1. Inspect the communication raceway system including locate wire or tape to 25 determine the extent of damage. 26 I27 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair(TWP)Copper 28 Cable acceptance testing requirements and communication system restoration 29 requirements. 30 31 3. Initially perform the acceptance tests to determine the extent of damage and 32 also perform the acceptance tests after repairs are completed. Provide written I 33 certification that the communication cable system, including the locate wire or 34 tape, is restored to test standard requirements. 35 I 36 37 Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered 38 electrical work when the path of the communication system interfaces with electrical I39 systems. Electrical work of this nature shall be performed by Contractor personnel that 40 are WSDOT prequalified for work on both electrical and communication systems. 41 42 If the Contractor or Subcontractors are unable or unqualified to complete the restoration I43 work, the Engineer may have the communication or electrical systems restored by other 44 means and subtract the cost from the money that will be or is due the Contractor. 45 ' 46 When field repair of existing conduit, innerduct or outerduct is required, the repair kits 47 shall be installed per manufacturer's recommendations. Repair kits and each 48 connection point between the repair kit and the existing raceway system shall-be sealed I 49 to prevent air leakage during future cable installation. 50 IPage 87 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 8-20.3(8) Wiring 2 The second sentence in the eleventh paragraph is revised to read: 3 4 Every conductor at every wire termination, connector, or device shall have an approved 5 wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. III 6 7 8-20.3(13)A Light Standards 8 In the third paragraph, the last sentence of item number 1 is revised to read: 9 10 Conduit shall extend a maximum of 1 inch above the top of the foundation, including 11 grounding end bushing or end bell bushing. 12 13 In the fourth paragraph, the second sentence of item number 1 is revised to read: 14 15 Conduits shall be cut to a maximum height of 2 inches above the foundation including 16 grounding end bushing or end bell bushing. 17 18 8-21.AP8 19 Section 8-21, Permanent Signing 20 April 6, 2015 21 8-21.3(9)F Foundations 22 The first sentence of the first paragraph is revised to read: 23 24 The excavation and backfill shall conform to the requirements of Section 2-09.3. 25 26 8-22.AP8 27 Section 8-22, Pavement Marking , 28 April 6, 2015 29 8-22.3(6) Removal of Pavement Markings , 30 The second and third sentences of the first paragraph are revised to read: 31 32 • Grinding to remove pavement markings is allowed prior to application of a Bituminous 1 33 Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and g p 9 p i allowed depth just above the pavement surface, cement concrete pavements is a o ed to a dept lust p ' 35 then water blasting or shot blasting shall be required to remove the remaining markings. 36 37 8-23.AP8 • 38 Section 8-23, Temporary Pavement Markings 39 January 5, 2015 40 This section's content is deleted in its entirety and replaced with the following new sub- 41 sections: 42 Page 88 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications I I 1 2 8-23.1 Description The Work consists of furnishing, installing, and removing temporary pavement 1 3 markings. Temporary pavement markings shall be provided where noted in the Plans; I 4 5 for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 6 7 8-23.2 Materials I8 Materials for temporary markings shall be paint, plastic, tape, raised pavement markers 9 or flexible raised pavement markers. Materials for pavement markings shall meet the 10 following requirements: 11 12 Raised Pavement Markers 9-21 13 Temporary Marking Paint 9-34.2(6) 14 Plastic 9-34.3 15 Glass Beads for Pavement Marking Materials 9-34.4 16 Temporary Pavement Marking Tape 9-34.5 I 17 18 Temporary Flexible Raised Pavement Markers 9-34.6 19 8.23.3 Construction Requirements 20 21 8-23.3(1) General 22 The Contractor shall select the type of pavement marking material in accordance 23 with the Contract. I24 25 8-23.3(2) Preliminary Spotting 26 All preliminary layout and marking in preparation for application or removal of I 27 temporary pavement markings shall be the responsibility of the Contractor. 28 29 8-23.3(3) Preparation of Roadway Surface U 30 Surface preparation for temporary pavement markings shall be in accordance with 31 the manufacturer's recommendations. 32 33 34 8-23.3(4) Pavement Marking Application 35 8-23.3(4)A Temporary Pavement Markings—Short Duration I 36 37 Temporary pavement markings—short duration shall meet the following requirements: 38 39 Temporary Center Line—A BROKEN line used to delineate adjacent I40 lanes of traffic moving in opposite directions. The broken pattern shall be 41 based on a 40-foot unit, consisting of a 4-foot line with a 36-foot gap if 42 paint or tape is used. If temporary raised pavement markers are used, the I43 pattern shall be based on a 40-foot unit, consisting of a grouping of three 44 temporary raised pavement markers, each spaced 3 feet apart, with a 34 45 foot gap. 46 47 Temporary Edge Line—A SOLID line used on the edges of Traveled 48 Way. The line shall be continuous if paint or tape is used. If temporary I • 49 raised pavement markers are used,the line shall consist of markers 50 installed continuously at 5-foot spacing. 51 Page 89 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications I 1 Temporary Lane Line—A BROKEN line used to delineate adjacent lanes I 2 with traffic traveling in the same direction. The broken pattern shall be 3 based on a 40-foot unit, consisting of a 4-foot line with a 36-foot gap, if 4 paint or tape is used. If temporary raised pavement markers are used, the I 5 pattern shall be based on a 40-foot unit, consisting of a grouping of three 6 temporary raised pavement markers, each spaced 3 feet apart, with a 34 7 foot gap. I 8 9 Lane line and right edge line shall be white in color. Center line and left edge 10 line shall be yellow in color. Edge lines shall be installed only if specifically 11 required in the Contract.All temporary pavement markings shall be I 12 retroreflective. 13 14 8-23.3(4)A1 Temporary Pavement Marking Paint 15 Paint used for short duration temporary pavement markings shall be 16 applied in one application at a thickness of 15 mils or 108 square feet per 17 gallon. Glass beads shall be in accordance with Section 8-22.3(3)G. I 18 19 8-23.3(4)A2 Temporary Pavement Marking Tape 20 Application of temporary pavement marking tape shall be in conformance I 21 with the manufacturer's recommendations. 22 23 Black mask pavement marking tape shall mask the existing line in its I 24 entirety. 25 26 8-23.3(4)A3 Temporary Raised Pavement Markers I27 Temporary raised pavement markers are not allowed on bituminous 28 surface treatments. 29 30 8-23.3(4)A4 Temporary Flexible Raised Pavement Markers I 31 Flexible raised pavement markers are required for new applications of 32 bituminous surface treatments. Flexible raised pavement markers are not 33 allowed on other pavement types unless otherwise specified or approved I 34 by the Engineer. Flexible raised pavement markers shall be installed with 35 the protective cover in place. The cover shall be removed immediately 36 after spraying asphaltic material I 37 38 8-23.3(4)B Temporary Pavement Markings—Long Duration 39 Application of paint, pavement marking tape and plastic for long duration I 40 pavement markings shall meet the requirements of Section 8-22.3(3); 41 application of raised pavement markers shall meet the requirements of Section 42 8-09.3; and application of flexible pavement markings shall be in conformance 43 with the manufacturer's recommendations. ' 44 45 • 8-23.3(4)C Tolerance for Lines 46 Tolerance for lines shall conform to Section 8-22.3(4). I 47 48 8-23.3(4)D Maintenance of Pavement Markings 49 Temporary pavement markings shall be maintained in serviceable condition I 50 throughout the project until permanent pavement markings are installed. As 51 directed by the Engineer; temporary pavement markings that are damaged, Page I ge 90 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 I Amendments to the Standard Specifications I Ii 2 including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the 3 original pavement marking. I 4 5 8-23.3(4)E Removal of Pavement Markings 6 Removal of temporary paint is not required prior to paving; all other temporary I 7 8 pavement markings shall be removed. 9 All temporary pavement markings that are required on the wearing course prior to construction of permanent pavement markings and are not a part of the I10 11 permanent markings shall be completely removed concurrent with or 12 immediately subsequent to the construction of the permanent pavement 13 markings. Temporary flexible raised pavement markers on bituminous surface 1 II 1 II 14 treatment pavements shall be cut off flush with the surface if their location 15 conflicts with the alignment of the permanent pavement markings. All other 16 temporary pavement markings shall be removed in accordance with Section 8- 17 18 22.3(6). 19 All damage to the permanent Work caused by removing temporary pavement I 20 21 markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. 22 23 8-23.4 Measurement I 2 Temporary pavement markings will be measured by the linear foot of each installed line 25 or grouping of markers, with no deduction for gaps in the line or markers and no • 26 additional measurement for the second application of paint required for long duration 27 paint lines. Short duration and long duration temporary pavement markings will be 28 measured for the initial installation only.Y 29 I 30 • 8-23.5 Payment 31 Payment will be made in accordance with Section 1-04.1, for each of the following Bid 32 items that are included in the Proposal: I 33 34 "Temporary Pavement Marking-Short Duration", per linear foot. 35 I 36 "Temporary Pavement Marking— Long Duration", per linear foot. 37 38 The unit Contract price per linear foot for"Temporary Pavement Marking—Short 39 Duration" and "Temporary Pavement Marking—Long Duration" shall be full pay for I 40 all Work. 41 42 9-01.AP9 43 Section 9-01, Portland Cement 44 January 5,2015 45 9-01.2(3) Low Alkali Cement 46 This section is revised to read: 47 IPage 91 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 When low alkali portland cement is required, the percentage of alkalies in the cement I 2 shall not exceed 0.60 percent by weight calculated as Na20 plus 0.658 K20. This 3 limitation shall apply to all types of portland cement. 4 5 9-01.2(4) Blended Hydraulic Cement 6 The first paragraph is revised to read: 7 8 Blended hydraulic cement shall be either Type IP(X)(MS)or Type IS(X)(MS)cement 9 conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to 10 produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by 11 weight calculated as Na20 plus 0.658 K20 and shall meet the following additional 12 requirements: 13 14 1. Type IP(X)(MS)- Portland-Pozzolan Cement where (X)equals the targeted ' 15 percentage of fly ash, the fly ash is limited to a maximum of 35 percent by 16 weight of the cementitious material; (MS)indicates moderate sulfate resistance. 17 I 18 2. Type IS(XXMS)- Portland Blast- Furnace Slag Cement, where: (X)equals the 19 targeted percentage of ground granulated blast-furnace slag, the ground 20 granulated blast furnace slag is limited to a maximum of 50 percent by weight 21 of the cementitious material; (MS)indicates moderate sulfate resistance. 22 23 The first sentence of the second paragraph is revised to read: 24 25 The source and weight of the fly ash or ground granulated blast-furnace slag shall be 26 certified on the cement mill test report or cement certificate of analysis and shall be 27 reported as a percent by weight of the total cementitious material. I 28 29 9-01.3 Tests and Acceptance 30 The first paragraph is revised to read: 31 32 Cement may be accepted by the Engineer based on the cement mill test report number 33 or cement certificate of analysis number indicating full conformance to the 34 Specifications.All shipments of the cement to the Contractor or concrete supplier shall 35 identify the applicable cement mill test report number or cement certificate of analysis 36 number and shall be provided by the Contractor or concrete supplier with all concrete 37 deliveries. 38 39 The second paragraph is revised to read: • 40 41 Cement producers/suppliers that certify portland cement or blended cement shall 42 participate in the Cement Acceptance Program as described in WSDOT Standard 43 Practice QC 1. 44 45 9-01.4 Storage on the Work Site 46 This section is revised to read: 47 48 At the request of the Engineer,the Contractor shall provide test data to show that 49 cement stored on site for longer than 60 days meets the requirements of 9-01. Tests 50 shall be conducted on samples taken from the site in the presence of the Engineer. Test I Page 92 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications I I 1 results that meet the requirements of 9-01 shall be valid for 60 days from the date of 2 sampling, after which the Engineer may require further testing. 3 I4 9-02.AP9 5 Section 9-02, Bituminous Materials I6 April 6, 2015 7 9-02.1(4) Performance Graded Asphalt Binder(PGAB) I 8 The first paragraph is supplemented with the following: 9 10 For HMA with greater than 20 percent RAP by total weight of HMA or any amount of li 11 RAS the new asphalt binder, recycling agent and recovered asphalt(RAP and/or RAS) 12 when blended in the proportions of the mix design shall meet the PGAB requirements of 13 AASHTO M 320 Table 1 for the grade of asphalt binder specified by the Contract. 14 I 15 This section is supplemented with the following: 16 17 The recycling agent used to rejuvenate the recovered asphalt from recycled asphalt I18 19 pavement(RAP)and reclaimed asphalt shingles(RAS)shall meet the specifications in Table 1: 20 I Table 1 RA 1 RA 5 RA 25 Test ASTM Test Min. Max. Min. Max. Min. Max. Method Viscosity @ D2170 or I 140°F 50 150 200 800 1000 4000 t D2171 Flashpof oint D92 400 400 400 COC,°F - ISaturates,Wt. D2007 30 30 30 Specific D70 or D2198 Report Report Report Gravity 1 Tests on Residue from D2872 RTFC IRatio city 3 3 3 Mass Change 4 4 4 I 'Viscosity Ratio=RTFC Viscosity A 140°F,cSt Original Viscosity @ 140°F,cSt I21 22 23 9-02.1(6)A Polymerized Cationic Emulsified Asphalt CRS-2P I24 In the ninth row of the table, "Test"is revised to read "Tests". 25 26 The eleventh row in the table is revised to read: I 27 Elastic Recovery% I T 3012 I 50 28 IPage 93 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 The last two rows of the table are deleted. 2 3 Footnote 2 below the table is revised to read: 4 I 5 2 The residue material for T 301 shall come from the modified distillation per note 1. 6 7 Footnote 3 below the table is deleted. 8 9 The last paragraph is deleted. 10 11 9-03.AP9 ' 12 Section 9-03, Aggregates 13 April 6, 2015 ' 14 9-03.1(2)C Use of Substandard Gradings 15 This section including title is deleted in its entirety and replaced with the following: I 16 17 Vacant 18 19 9-03.1(4)C Grading 20 In the second paragraph, the first sentence is deleted. 21 22 The third paragraph is deleted. 23 24 9-03.1(5)B Grading 25 The last paragraph is revised to read: 26 27 The Contracting Agency may sample each aggregate component prior to introduction to ' 28 the weigh batcher or as otherwise determined by the Engineer. Each component will be 29 sieve analyzed separately in accordance with WSDOT FOP for WAQTC/AASHTO Test 30 Method T-27/11. All aggregate components will be mathematically re-combined by the • 31 proportions(percent of total aggregate by weight) provided by the Contractor on 32 Concrete Mix Design Form 350-040. 33 34 9-03.8(1) General Requirements ' 35 The first paragraph up until the colon is revised to read: 36 37 Preliminary testing of aggregates for source approval shall meet the following test 38 requirements: 39 40 The list in the first paragraph is supplemented with the following: 41 42 Sand Equivalent 45 min. 43 44 The following new paragraph is inserted after the first paragraph: 45 46 Aggregate sources that have 100 percent of the mineral material passing the No. 4 111 47 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 48 Page 94 1 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications II 9-03.8(2) HMA Test Requirements 2 The second paragraph (up until the colon) is revised to read: 3 I 4 The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse 5 and fine aggregate within the limits set forth in Section 9-03.8(6)and mixed in the 6 laboratory with the designated grade of asphalt binder, using the Superpave gyratory I 7 compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required 8 gyrations for N initial,N design, and N maximum with the following properties: 9 10 The third paragraph is revised to read: I 11 12 The mix criteria for Hamburg Wheel-Track Testing and Indirect Tensile Strength do not apply to HMA accepted by commercial evaluation. I13 14 15 9-03.8(3)B Gradation— Recycled Asphalt Pavement and Mineral Aggregate 16 This section is supplemented with the following: I17 18 For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be 19 processed to ensure that 100 percent of the material passes a sieve twice the size of I 20 the maximum aggregate size for the class of mix to be produced. 21 22 When any amount of RAS is used in the production of HMA the RAS shall be milled, I 23 crushed or processed to ensure that 100 percent of the material passes the 1,4 inch 24 sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, 25 paper, wood and plastic shall not exceed 2.0 percent by mass as determined on I 26 material retained on the No. 4 sieve. 27 28 9-03.14(3) Common Borrow I 29 This section is revised to read: 30 31 Material for common borrow shall consist of granular or nongranular soil and/or 32 aggregate which is free of deleterious material. Deleterious material includes wood, I33 organic waste, coal, charcoal, or any other extraneous or objectionable material. The 34 material shall not contain more than 3 percent organic material by weight.The plasticity 35 index shall be determined using test method AASHTO T 89 and AASHTO T 90. I 36 37 The material shall meet one of the options in the soil plasticity table below. 38 I 39 Soil Plasticity Table 40 Plasticity I Option Sieve Percent Passing Index No. 1 200 0- 12 N/A I No. 2 200 12.1 - 35 6 or Less No. I 3 200 Above 35 0 41 All percentages are by weight. IPage 95 City of Federal Way RFB#15-003 I S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 2 If requested by the Contractor, the plasticity index may be increased with the approval 3 of the Engineer. 4 5 9-03.14(4) Gravel Borrow for Structural Earth Wall 6 In the second table, the row beginning with "pH" is revised to read: 7 pH WSDOT Test 4.5 - 9 5- 10 Method T 417 8 9 9-03.21(1) General Requirements 10 The following new paragraph is inserted after the second paragraph: 11 12 Reclaimed asphalt shingles samples shall contain less than the maximum percentage of 13 asbestos fibers based on testing procedures and frequencies established in conjunction 14 with the specifying jurisdiction and state or federal environmental regulatory agencies. 15 I. 16 9-04.AP9 17 Section 9-04, Joint and Crack Sealing Materials 1 18 January 5, 2015 19 9-04.1(4) Elastomeric Expansion Joint Seals I 20 In this section, "AASHTO M 220" is revised to read "ASTM D 2628". 21 22 9-04.2(1) Hot Poured Joint Sealants 23 In the first paragraph, "AASHTO M 324" is revised to read "ASTM D 6690". 24 25 9-04.2(2) Poured Rubber Joint Sealer 26 In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329". 27 28 9-05.AP9 I 29 Section 9-05, Drainage Structures and Culverts 30 April 7, 2014 I • 31 9-05.13 Ductile Iron Sewer Pipe 32 The first paragraph is deleted. I 33 34 9-06.AP9 35 Section 9-06, Structural Steel and Related Materials 36 January 5, 2015 37 9-06.5(4) Anchor Bolts 38 The third sentence of the second paragraph is revised to read: 39 40 Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to 41 ASTM A 563, Grade A or DH. 42 - ' Page 96 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 • 1 9-07.AP9 2 Section 9-07, Reinforcing Steel ' 3 January 6, 2014 4 9-07.5(1) Epoxy-Coated Dowel Bars (for Cement Concrete Pavement ' 5 Rehabilitation) 6 This section is revised to read: 7 • ' 8 Epoxy-coated dowel bars shall be round plain steel bars of the dimensions shown in the 9 Standard Plans. They shall conform to AASHTO M 31, Grade 60 or ASTM A 615, 10 Grade 60 and shall be coated in accordance with ASTM A 1078 Type 2 coating, except 11 that the bars may be cut to length after being coated. Cut ends shall be coated in 12 accordance with ASTM A 1078 with a patching material that is compatible with the 13 coating, inert in concrete and recommended by the coating manufacturer. The thickness 14 of the epoxy coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a I15 written certification that properly identifies the coating material, the number of each 16 batch of coating material used, quantity represented, date of manufacture, name and 17 address of manufacturer, and a statement that the supplied coating material meets the ' 18 requirements of ASTM A 1078 Type 2 coating. Patching material, compatible with,the 19 coating material and inert in concrete and recommended by the manufacturer shall be 20 supplied with each shipment for field repairs by the Contractor. 21 ' 22 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) 23 This section's title is revised to read: 24 i 25 9-07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement and 26 Cement Concrete Pavement Rehabilitation) 27 I 28 9-08.AP9 29 Section 9-08, Paints and Related Materials I30 January 5, 2015 31 9-08.1(2)H Top Coat, Single Component, Moisture-Cured Polyurethane t32 The second paragraph is revised to read: 33 34 Color and Gloss: As specified in the Plans or Special Provisions 35 36 The last item in the requirements list is revised to read: 37 38 The top coat shall be a gloss or semi-gloss 39 40 9-08.1(8) Standard Colors 41 The second paragraph is deleted. 42 43 The third paragraph is revised to read: 44 ' Page 97 City of Federal Way RFB#15-003 S 3241 St Preservation Project 2015 Amendments to the Standard Specifications • 1 1 Unless otherwise specified, all top or finish coats shall be gloss or semi-gloss, with the I 2 paint falling within the range of greater than 70 for gloss and 35 to 70 for semi-gloss on 3 the 60-degree gloss meter. 4 5 9-09.AP9 6 Section 9-09, Timber and Lumber 7 January 6, 2014 8 9-09.3(1) General Requirements 9 The fourth paragraph is revised to read: 10 11 All orders of treated timber and lumber shall be accompanied by a Certificate of 12 Treatment record.The Certificate of Treatment showing conformance to this 13 specification and AWPA standards shall include the following information: 14 15 Name and location of the wood preserving company, I 16 17 Customer identification, 18 19 Date of treatment and charge number, 20 21 Type of chemical used and amount of retention, 22 23 Treating process and identification of the Specification used, 24 25 Boring records verifying treatment penetration for timber and lumber with a nominal 26 dimension of 6"x 6" or larger, 27 28 Description of material that was treated, and 29 30 Signature of a responsible plant official. 31 32 The fifth paragraph is deleted. 33 34 The first sentence in the last paragraph is revised to read: 35 36 All timber and lumber to be used in aquatic environments, unless specified otherwise in 37 the Contract, shall be chemically treated using Western Wood Preservers Institute Best 38 Management Practices (BMPs). 39 40 9-10.AP9 ' 41 Section 9-10, Piling 42 March 3, 2014 43 9-10.5 Steel Piling 44 This section is revised to read: 45 Page 98 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications • I 1 The material H- piling m ater al for rolled steel piling H piling and pile splices shall conform to ASTM A 36, 2 ASTM A 572 or ASTM A 992. The material for steel pipe piling and splices shall 3 conform to one of the following requirements except as specifically noted in the Plans: 4 I 5 1. API 5L Grade X42 or X52 material may be used for longitudinal seam welded or 6 helical (spiral)seam submerged-arc welded pipe piles of any diameter. 7 . I8 2. ASTM A 252 Grade 2 or 3 material may be used for longitudinal seam welded 9 or helical (spiral) seam submerged-arc welded pipe piles of any diameter. For 10 the purposes of welding and prequalification of base metal, steel pipe pile ' 11 designated as ASTM A 252 may be treated as prequalified provided the 12 chemical composition conforms to a prequalified base metal classification listed • 13 in Table 3.1 of the AWS DI.1/D1.1 M, latest edition, Structural Welding Code, I 14 the grade of pipe piling meets or exceeds the grade specified in the Plans, and 15 , the carbon equivalent(CE) is a maximum of 0.45-percent. 16 I17 3. ASTM A 572 or ASTM A 588 material may be used for longitudinal seam 18 welded piles of any diameter. 19 I 20 21 For helical (spiral)seam submerged-arc welded pipe piles, the maximum radial offset of strip/plate edges shall be 1/8 inch. The offset shall be transitioned with a taper weld and 22 the slope shall not be less than a 1 in 2.5 taper. The weld reinforcement shall not be 23 greater than 3/16 inches and misalignment of weld beads shall not exceed 1/8 inch. I24 25 Steel soldier piles, and associated steel bars and plates, shall conform to ASTM A 36, 26 ASTM A 572 or ASTM A 992, except as otherwise noted in the Plans. 27 28 All steel piling may be accepted by the Engineer based on the Manufacturer's 29 Certificate of Compliance submitted in accordance with Section 1-06.3. The 30 manufacturer's certificate of compliance submittal for steel pipe piles shall be 31 accompanied by certified mill test reports, including chemical analysis and carbon 32 equivalence, for each heat of steel used to fabricate the steel pipe piling. I 33 34 9-13.AP9 35 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion I 36 and Scour Protection and Rock Walls 37 January 5, 2015 I . 38 This section's content is deleted. 39 40 9-13.1 Loose Riprap I 41 This section's content, including title and subsections, is revised to read the following: 42 43 9-13.1 Riprap and Quarry Spalls 44 45 9-13.1(1) General 46 Riprap and quarry spalls shall consist of broken stone or broken concrete rubble ' 47 and shall be free of rock fines, soil, or other extraneous material. Concrete rubble 48 shall not be contaminated by foreign materials such as fibers, wood, steel, asphalt, 49 sealant, soil, plastic and other contaminants or deleterious material. Concrete IPage 99 City of Federal Way RFB#15-003 S 324k St Preservation Project 2015 I Amendments to the Standard Specifications 1 1 rubble that is imported to the job site will require testing and certification for toxicity 2 characteristics per Section 9-03.21(1). 3 4 The grading of the riprap shall be determined by the Engineer by visual inspection I 5 of the load before it is dumped into place, or, if so ordered by the Engineer, by 6 dumping individual loads on a flat surface and sorting and measuring the individual 7 rocks contained in the load. Should the riprap contain insufficient spalls, as defined 8 in Section 9-13.1(5), the Contractor shall furnish and place supplementary spall 9 material. 10 11 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other I 12 defects tending to destroy its resistance to weather and shall conform to the 13 following requirements for quality. 14 I Aggregate Property Test Method Requirement Degradation Factor WSDOT T 113 _ 15 minimum Los Angeles Wear,500 Rev. AASHTO T 96 50%maximum I Specific Gravity,SSD AASHTO T 85 2.55 minimum 15 16 9-13.1(2) Heavy Loose Riprap 17 Heavy loose riprap shall meet the following requirements for grading: I 18 Minimum Size Maximum Size 40%to 90% 1 ton(%cubic yd.) I 70%to 90% 300 lbs.(2 cu.ft.) • 10%to 30% 3 inch 50 lbs.(spalls) 19 20 21 9-13.1(3) Light Loose Riprap . 22 Light loose riprap shall meet the following requirements for grading: I 23 Size Range Maximum Size 20%to 90% 300 lbs.to 1 ton (2 cu.ft.to'/z cu.yd.) I 15%to$0% 50 lbs.to 1 ton ('/3 cu.ft.to'/cu.yd.) 10%to 20% 3 inch 50 lbs.(spalls) 24 I 25 9-13.1(4) Hand Placed Riprap 26 Hand placed riprap shall be as nearly rectangular as possible, 60 percent shall I 27 have a volume of not less than 1 cubic foot. No stone shall be used which is less 28 than 6 inches thick, nor which does not extend through the wall. 29 I 30 9-13.1(5) Quarry Spells 31 Quarry spalls shall meet the following requirements for grading: 32 Sieve Size Percent Passing 8" 100 3" 40 max. 3/4" 10 max. I 33 Page 100 I City of Federal Way RFB#15-003 S 324x'St Preservation Project 2015 Amendments to the Standard Specifications I ' 1 9-13.2 Hand Placed Riprap 2 This section, including title, is deleted in its entirety and replaced with the following: 3 4 9-13.2 Vacant 5 6 9-13.4 Rock for Erosion Control and Scour Protection 7 The last sentence is revised to read: 8 9 The use of recycled materials and concrete rubble is not permitted for this application. 10 11 9-13.6 Quarry Spalls 12 This section, including title, is deleted in its entirety and replaced with the following: 13 ' 14 15 9-13.6 Vacant 16 9-14.AP9 I . 17 Section 9-14, Erosion Control and Roadside Planting 18 January 5, 2015 19 9.14.1 Soil 20 This section, including title, is revised to read: ' 21 22 9-14.1 Topsoil 23 Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious ' 24 25 and Nuisance weeds of any Class designated by authorized State or County officials. Aggregate shall not comprise more than 10% by volume of Topsoil and shall not be 26 greater than two inches in diameter. 27 28 9-14.1(2) Topsoil Type B 29 The last sentence of the second paragraph is deleted. 30 ' 31 9-14.2 Seed 32 This section is revised to read: 33 is 34 Seed of the type specified shall be certified in accordance with WAC 16-302. Seed 35 mixes shall be commercially prepared and supplied in sealed containers. The labels 36 shall show: 37 38 (1) Common and botanical names of seed 39 ' 40 41 (2) Lot number 42 (3) Net weight 43 ' 44 (4) Pounds of Pure live seed (PLS) in the mix 45 1 46 (5) Origin of seed 47 Page 101 City of Federal Way RFB#15-003 1 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 All seed vendors must have a business license issued by supplier's state or provincial • 2 Department of Licensing with a "seed dealer" endorsement. 3 4 9-14.4(3) Bark or Wood Chips 5 This section's title is revised to read: 6 7 Bark or Wood Chip Mulch 8 9 The first paragraph is revised to read: 10 11 Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not 12 contain resin, tannin, or other compounds in quantities that would be detrimental to 13 plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood 14 products or construction debris will not be allowed. 15 16 9-14.4(6) Gypsum 17 The first sentence is revised to read: 18 19 Gypsum shall consist of Calcium Sulfate(CaSO4.2H2O) in a pelletized or granular form. 20 21 9-14.4(7) Tackifier 22 This section is revised to read: 23 I 24 Tackifiers are used as a tie-down for soil, compost, seed, and/or mulch. Tackifiers shall 25 contain no growth or germination-inhibiting materials and shall not reduce infiltration 26 rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. 27 28 The Contractor shall provide test results documenting the tackifier meets the 29 requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in 30 Section 9-14.4(2). The tests shall be performed at the manufacturer's recommended 31 application rate. 32 33 9-14.4(8) Compost • 34 The second paragraph is revised to read: 35 36 Compost production and quality shall comply with WAC 173-350. 37 38 9-14.4(8)A Compost Submittal Requirements 39 Item 2 is revised to read: 40 41 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the 42 Jurisdictional Health Department in accordance with WAC 173-350 (Minimum 43 Functional Standards for Solid Waste Handling). 44 45 9-14.6(1) Description 46 Item number 3 in the fourth paragraph is revised to read: 47 48 3. Live pole cuttings shall have a diameter between 2 inches and 3.5 inches. Live 49 poles shall have no more than three branches which must be located at the top end 50 of the pole and those branches shall be pruned back to the first bud from the main 51 stem. Page 102 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications II 2 9-14.6(2) Quality 3 The second and third paragraphs in this section are revised to read: 4 5 All plant material shall comply with State and Federal laws with respect to inspection 6 for plant diseases and insect infestation. Plants must meet Washington State 7 Department of Agriculture plant quarantines and have a certificate of inspection. Plants ' 8 originating in Canada must be accompanied by a phytosanitary certificate stating the 9 plants meet USDA health requirements. 10 I 11 All plant material shall be purchased from a nursery licensed to sell plants in their state 12 or province. 13 14 9-15.AP9 15 Section 9-15, Irrigation System 16 August 4, 2014 17 9-15.18 Detectable Marking Tape I 18 In the second paragraph, the table is supplemented with the following new row: 19 Non-Potable Water I Purple 20 21 22 9-16.AP9 I23 Section 9-16, Fence and Guardrail 24 August 4, 2014 I25 9-16.2(1)B Wood Fence Posts and Braces 26 In the table, the row beginning with "ACA" is deleted. 27 ' 28 9-29.AP9 29 Section 9-29, Illumination, Signal, Electrical 1 30 April 6, 2015 31 9-29.1 Conduit, Innerduct, and Outerduct I 32 This section is supplemented with the following new subsection: 33 34 9-29.1(9) Repair • I 3536. Manufacturer repair kits shall be used for field repair of existing conduit, innerduct and outerduct. The conduit repair kit shall be manufactured specifically for the repair of 37 existing damaged conduit, inner duct and outer duct. The repair kit shall be 38 prepackaged and include the split conduit and split couplings necessary to restore the 39 damaged conduit to the original inside dimensions including a water and air tight seal. 40 41 9-29.2(1)B Heavy Duty Junction Boxes 42 The second paragraph is revised to read: 43 Page 103 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications • 1 The Heavy-Duty Junction Box steel frame, lid support and lid fabricated from steel plate 2 and shapes shall be painted with a shop applied, inorganic zinc primer in accordance 3 with Section 6-07.3. Ductile iron and gray iron castings shall not be painted. 4 5 The following new paragraph is inserted after the second paragraph: 6 7 The concrete used in Heavy-Duty Junction Boxes shall have a minimum compressive 8 strength of 4,000 psi. 9 10 In the fourth paragraph (after the preceding Amendment is applied), the table is revised to 11 read: 12 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 > YPe 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 Safety Bars In accordance with approved shop drawings 13 14 The last paragraph is revised to read: 15 16 The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris 17 that would prevent solid seating. Bolts and nuts shall be liberally coated with anti-seize 18 compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall 19 be machined to allow a minimum of 75 percent of the bearing areas to be seated with a 20 tolerance of 0.0 to 0.005 inches measured with a feeler gage.The bearing area 21 percentage will be measured for each side of the lid as it bears on the frame. 22 23 9-29.2(2) Standard Duty and Heavy-Duty Cable Vaults and Pull Boxes 24 This section's title is revised to read: 25 26 Small Cable Vaults, Standard Duty Cable Vaults, Heavy-Duty Cable Vaults, 27 Standard Duty Pull Boxes, and Heavy-Duty Pull Boxes 28 Page 104 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 In the first paragraph,the first sentence is revised to read: 2 3 Small, Standard Duty and Heavy-Duty Cable Vaults and Standard Duty and Heavy-Duty 4 Pull Boxes shall be constructed as a concrete box and as a concrete lid. 5 6 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 7 This section's title is revised to read: 8 9 Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes 10 11 The first paragraph is revised to read: 12 13 Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete 14 and have a minimum load rating of 22,500 pounds and be tested in accordance with 15 Section 9-29.2(1)C for concrete Standard Duty Junction Boxes. 16 I 17 In the second paragraph, the first sentence is revised to read: 18 19 Concrete for Small and Standard Duty.Cable Vaults and Standard Duty Pull Boxes shall I 20 have a minimum compressive strength of 4,000 psi. 21 22 In the third paragraph, the first sentence is revised to read: 23 24 All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in 25 sidewalks, walkways, and shared-use paths shall have slip-resistant surfaces. 26 I 27 The fourth paragraph (up until the colon) is revised to read: 28 29 Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall I 30, conform to the following: 31 32 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable 33 This section is supplemented with the following new subsection: 34 35 9-29.3(3) Wire Marking Sleeves 36 Wire marking sleeves shall be full-circle in design, non-adhesive, printable using an I 37 indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made 38 from a PVC or polyolefin, and provide permanent identification for wires and cables. ' 34: 9-29.3(2)A4 Location Wire 41 This section is revised to read: 42 43 Location wire shall be steel core copper clad minimum size AWG 14 insulated 44 conductor. The insulation shall be orange High Molecular Weight High Density 45 Polyethylene (HMHDPE). 46 • 47 9-29.16 Vehicular Signal Heads, Displays, and Housing 48 The last sentence of the last paragraph is revised to read: 49 50 A 1-inch-wide strip of yellow retro-reflective, type IV prismatic sheeting, conforming to • 51 the requirements of Section 9-28.12, shall be applied around the perimeter of each Page 105 City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 back late with the exception of installations where all sections of the display la will be dark P P Y 2 as part of normal operation such as ramp meters, hawk signals and tunnels. ' 3 4 9-31.AP9 ' 5 Section 9-31, Elastomeric Bearing Pads 6 August 4, 2014 • 7 This section's title is revised to read: 8 9 Elastomeric Pads 10 11 9-31.1 Requirements 12 In the first paragraph, the word "bearing" is deleted from the first sentence. 13 14 In the first sentence of the second paragraph, the word "bearing" is deleted and replaced 15 with "elastomeric". 16 17 In the last sentence of the second paragraph, the word "Bearing" is deleted and replaced 18 with "Elastomeric". 19 20 In the third paragraph, the word "bearing" is deleted and replaced with the word 21 "elastomeric" 22 23 9-32.AP9 24 Section 9-32, Mailbox Support ' 25 August 4, 2014 26 9-32.7 Type 2 Mailbox Support , 27 The first sentence is revised to read: 28 29 Type 2 mailbox supports shall be 2-inch 14-gage steel tube and shall meet the NCHRP 30 350 or the Manual for Assessing•Safety Hardware(MASH)crash test criteria. 31 32 9-34.AP9 ' 33 Section 9-34, Pavement Marking Material 34 January 5, 2015 1 35 9-34.2 Paint 36 The second paragraph is revised to read: 37 38 Blue and black paint shall comply with the requirements of yellow paint in Section 9- 39 34.2(4)and Section 9-34.2(5), with the exception that blue and black paints do not need I 40 to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio. 41 42 9-34.4 Glass Beads for Pavement Marking Materials 43 In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: 44 Page 106 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 I Amendments to the Standard Specifications I I 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 I 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 SW-846 1B 4 ury EPA 3052 SW 6 747 4.0 1 2 3 9-34.5 Temporary Pavement Marking Tape 4 This section is revised to read: 5 I I 6 Biodegradable tape with paper backing is not allowed. 7 8 This section is supplemented with the following new sub-sections: 9 10 9-34.5(1) Temporary Pavement Marking Tape Short Duration 11 Temporary pavement marking tape for short duration shall conform to ASTM D4592 I 12 Type II except that black tape, black mask tape and the black portion of the contrast 13 3 removable tape, shall be non-reflective. 14 I 15 9-34.5(2) Temporary Pavement Marking Tape— Long Duration 16 Temporary pavement marking tape for long duration shall conform to ASTM D4592 17 Type I. Temporary pavement marking tape for long duration, except for black tape, • 18 shall have a minimum initial coefficient of retroreflective luminance of 200 mcd*m 2*Ix' 19 when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tap . e black 20 mask tape and the black portion of the contrast removable tape, shall be non-reflective. ' 21 22 9-34.6 Temporary Raised Pavement Markers 23 This section's title is revised to read: 24 I 25 Temporary Flexible Raised Pavement Markers 26 • I 27 The second paragraph is deleted. 28 29 9-35.AP9 I30 Section 9-35, Temporary Traffic Control Materials 31 August 4, 2014 I 32 9-35.0 General Requirements 33 The following item is deleted from the list of temporary traffic control materials: 34 ' 35 Barrier Drums 36 37 The last sentence of the second paragraph is revised to read: 38 39 Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing 40 Safety Hardware (MASH)will be required as described in Section 1-10.2(3). Page 107 City of Federal Way RFB#15-003 I S 324' St Preservation Project 2015 Amendments to the Standard Specifications 1 2 9-35.2 Construction Signs 3 The first sentence is revised to read: 4 I 5 Construction signs shall conform to the requirements of the MUTCD and shall meet the 6 requirements of NCHRP Report 350 for Category 2 devices or MASH. 7 8 9-35.7 Traffic Safety Drums 9 The third paragraph is revised to read: 10 11 Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or 12 MASH as described in Section 1-10.2(3). 13 14 9-35.8 Barrier Drums 15 This section including title is deleted in its entirety and replaced with the following: 16 17 9-35.8 Vacant 18 19 9-35.12 Transportable Attenuator 20 In the first paragraph, the fourth sentence is revised to read: 21 22 The Contractor shall provide certification that the transportable attenuator complies with 23 NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 24 25 9-35.13 Tall Channelizing Devices 26 In the sixth paragraph, the last sentence is revised to read: 27 28 The method of attachment must ensure that the light does not separate from the device 29 upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 30 or MASH as described in Section 1-10.2(3). 31 32 • • 1 1 I Page 108 ' City of Federal Way RFB#15-003 S 324th St Preservation Project 2015 Amendments to the Standard Specifications 1 1 INTRODUCTION TO THE SPECIAL PROVISIONS I2 3 (August 14, 2013 APWA GSP) 4 1 5 The work on this project shall be accomplished in accordance with the Standard Specifications 6 for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State 7 Department of Transportation (WSDOT) and the American Public Works Association (APWA), 1 8 Washington State Chapter (hereafter "Standard Specifications"). The.Standard Specifications, 9 as modified or supplemented by the Amendments to the Standard Specifications and these 10 Special Provisions, all of which are made a part of the Contract Documents, shall govern all of 11 the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) from various II 14 sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each • 15 Provision either supplements, modifies, or replaces the comparable Standard Specification, or is 16 a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion ' 17 of the Standard Specifications is meant to pertain only to that particular portion of the section, 18 and in no way should it be interpreted that the balance of the section does not apply. 19 ' 20 Also incorporated into the Contract Documents by reference are: 21 • Manual on Uniform Tiaflrc Control Devices for Streets and Highways, currently adopted 22 edition, with Washington State modifications, if any 1 23 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current 24 edition 25 • City of Federal Way Public Works Development Standards ' 26 • WSDOT Standard plans 27 • King County Design Standards, 2007 edition ' 28 29 Contractor shall obtain copies of these publications, at Contractor's own expense. 30 I 31 Several types of Special Provisions are included in this contract: WSDOT General, APWA II 32 General, and Project Specific. Special Provision types are differentiated as follows: 33 I (date) WSDOT General Special Provision (date, NWR GSP) WSDOT Northwest Region General Special Provision (date,APWA GSP) APWA General Special Provision (*****) Identifies changes (by section) to WSDOT and APWA General Special • Provisions (Special Provision) Project Specific Special Provision 34 I35 DESCRIPTION OF WORK 36 37 The project shall consist of resurfacing S 324th Street from Pacific Hwy S to S 322nd St, which 38 includes roadway excavation, planing bituminous pavement, removal of existing concrete curbs 39 & gutters, sidewalks, approaches, wheel chair ramps, .pedestrian refuge islands and type C 40 traffic curb. This work also includes overlaying S 324th Street from Pacific Hwy S to S 322nd ' 41 Street with HMA Class 1/2" PG 64-22 (2,706 tons), new concrete curbs & gutters, sidewalks, 42 approaches, concrete curb ramps, pedestrian refuge islands, pedestrian push button, precast 43 concrete dual faced sloped mountable curb, channelization, restoration and utility adjustments I44 work. City of Federal Way RFB#15-003 I S 3241 Street Preservation Project Page 1 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 DIVISION 1 2 GERNERAL REQUIREMENTS I 3 4 DESCRIPTION OF WORK 5 6 (March 13, 1995 WSDOT GSP) 7 This Contract provides for the improvement of*** S 324th Street Preservation Project *** and 8 other work, all in accordance with the attached Contract Plans, these Contract Provisions, and I 9 the Standard Specifications. 10 . 11 1-01.3 Definitions 1 12 (March 8, 2013 APWA GSP) 13 .. 14 Delete the heading Completion Dates and the three paragraphs that follow it, and replace I 15 them with the following: 16 17 Dates I 18 Bid Opening Date 19 The date on which the Contracting Agency publicly opens and reads the Bids. 20 Award Date 21 The date of the formal decision of the Contracting Agency to accept the lowest 22 responsible and responsive Bidder for the Work. 23 Contract Execution Date I 24 The date the Contracting Agency officially binds the Agency to the Contract. 25 Notice to Proceed Date I 26 The date stated in the Notice to Proceed on which the Contract lime begins. 27 Substantial Completion Date 28 The day the Engineer determines the Contracting Agency has full and unrestricted use I 29 and benefit of the facilities, both from the operational and safety standpoint, any 30 remaining traffic disruptions will be rare and brief, and only minor incidental work, 31 replacement of temporary substitute facilities, plant establishment periods, or correction I 32 or repair remains for the Physical Completion of the total Contract. 33 Physical Completion Date 34 The day all of the Work is physically completed on the project. All documentation I 35 required by the Contract and required by law does not necessarily need to be furnished 36 by the Contractor by this date. 37 Completion Date 1 38 The day all the Work specified in the Contract is completed and all the obligations of the 39 Contractor under the contract are fulfilled by the Contractor. All documentation required 40 by the Contract and required by law must be furnished by the Contractor before 41 establishment of this date. 42 Final Acceptance Date 43 The date on which the Contracting Agency accepts the Work as complete. I 44 45 Supplement this Section with the following: 46 47 All references in the Standard Specifications, Amendments, or WSDOT General Special 48 Provisions, to the terms"State", "Department of Transportation", "Washington State I City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 2 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 Transportation Commission "Commission", "Secretary of Transportation", "Secretary", 1 2 "Headquarters", and"State Treasurer"shall be revised to read"Contracting Agency 3 4 All references to"State Materials Laboratory"shall be revised to read"Contracting Agency 5 designated location". 6 7 All references to "final contract voucher certification"shall be interpreted to mean the final 8 payment form established by the Contracting Agency. 9 10 The venue of all causes of action arising from the advertisement, award, execution, and 11 performance of the contract shall be in the Superior Court of the County where the • 12 Contracting Agency's headquarters are located. 13 • 14 Additive 15 A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, 16 which may, at the discretion of the Contracting Agency, be awarded in addition to the base •▪ 17 bid. 18 19 Alternate ▪ 20 One of two or more units of work or groups of bid items, identified separately in the Bid ▪ 21 Proposal, from which the Contracting Agency may make a choice between different 22 methods or material of construction for performing the same work. 23 ▪ 24 Business Day 25 A business day is any day from Monday through Friday except holidays as listed in Section ▪ 26 1-08.5. 27 28 Contract Bond ' 29 The definition in the Standard Specifications for"Contract Bond"applies to whatever bond 30 form(s) are required by the Contract Documents, which may be a combination of a Payment 31 Bond and a Performance Bond. ' 32 33 Contract Documents 34 See definition for"Contract". I35 36 Contract Time 37 The period of time established by the terms and conditions of the Contract within which the 38 Work must be physically completed. 39 40 Notice of Award 41 The written notice from the Contracting Agency to the successful Bidder signifying the I42 Contracting Agency's acceptance of the Bid Proposal. 43 44 Notice to Proceed I45 The written notice from the Contracting Agency or Engineer to the Contractor authorizing 46 and directing the Contractor to proceed with the Work and establishing the date on which 47 the Contract time begins. ' 1 48 49 Traffic 50 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and I51 equestrian traffic. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 3 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1 2 1-02 BID PROCEDURES AND CONDITIONS 3. 4 1-02.1 Prequalification of Bidders 5 6 Delete this Section and replace it with the following: 7 8 1-02.1 Qualifications of Bidder 9 (January 24, 2011 APWA GSP) 10 11 Before award of a public works contract, a bidder must meet at least the minimum I 12 qualifications of RCW 39.04.350(1)to be considered a responsible bidder and qualified to be 13 awarded a public works project. 14 15 1-02.2 Plans and Specifications 16 (June 27, 2011 APWA GSP) 17 18 Delete this section and replace it with the following: 19 20 Information as to where Bid Documents can be obtained or reviewed can be found in th'e I 21 Call for Bids.(Advertisement for Bids)for the work. 22 23 After award of the contract, plans and specifications will be issued to the Contractor at no 24 cost as detailed below: 25 To Prime Contractor No. of Sets Basis of Distribution I Reduced plans (11"x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22"x 34") 2 Furnished only upon request. 26 , 27 Additional plans and Contract Provisions may be obtained by the Contractor from the source 28 stated in the Call for Bids, at the Contractor's own expense. 29 30 1-02.4 Examination of Plans, Specifications,and Site of Work 31 Section 1-02.4 is supplemented with the following: 1 • 32 33 Minor variations and miscellaneous items may not be shown on the Plans. In accordance I 34 with the Standard Specifications, it shall be the contractor's responsibility of examine the 35 site, familiarize himself with all attendant conditions and determine the difficulties an work 36 involved, and he/she shall accept the site in its existing condition at the time of the award of 37 contract. City of Federal Way RFB# 15-003 . S 324"Street Preservation Project Page 4 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 I 2 1-02.5 Proposal Forms 3 (June 27, 2011 APWA GSP) 4 ' 5 Delete this section and replace it with the following: 6 7 The Proposal Form will identify the project and its location and describe the work. It will I 8 also list estimated quantities, units of measurement, the items of work, and the materials to 9 be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form 10 that call for, but are not limited to, unit prices; extensions; summations; the total bid I11 amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of ,. 12 addenda; the bidder's name, address, telephone number, and signature; the bidder's 13 D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration I14 Number; and a Business License Number, if applicable. Bids shall be completed by typing or 15 shall be printed in ink by hand, preferably in black ink. The required certifications are 16 included as part of the Proposal Form. I17 18 The Contracting Agency reserves the right to arrange the proposal forms with alternates 19 and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid I20 on all alternates and additives set forth in the Proposal Form unless otherwise specified. 21 22 1-02.6 Preparation of Proposal I23 The fourth paragraph of Section 1-02.6 is revised to read: 24 25 (May Z 2012) I26 The Bidder shall submit with.the Bid a completed Disadvantaged Business Enterprise (DBE) 27 Utilization Certification, when required by the Special Provisions. For each and every DBE 28 firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization 29 Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is I30 • in agreement with the DBE participation commitment that the Bidder has made in the 31 Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 32 422 031 EF(Disadvantaged Business Enterprise Written Confirmation Document) is to be I33 used for this purpose. 34 35 Bidder must submit good faith effort documentation only in the event the bidder's efforts to I36 solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the 37 Disadvantaged Business Enterprise Written Confirmation Documents and Disadvantaged 38 Business Enterprise Good Faith Effort documentation are included in Sections 1-02.9. I39 40 (August 2, 2004) 41 The fifth and sixth paragraphs of Section 1-02.6 are deleted. 42 43 1-02.7 Bid Deposit 44 (March 8, 2013 APWA GSP) I45 46 Supplement this section with the following: 47 I48 Bid bonds shall contain the following: 49 1. Contracting Agency-assigned number for the project; I50 2. Name of the project; City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 5 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 i 1 3. The Contracting Agency named as obligee; 2 4. The amount of the bid bond stated either as a dollar figure or as a percentage which U 3 represents five percent of the maximum bid amount that could be awarded; 4 5. Signature of the bidder's officer empowered to sign official statements. The signature of 5 the person authorized to submit the bid should agree with.the signature on the bond, ' 6 and the title of the person must accompany the said signature; 7 6. The signature of the surety's officer empowered to sign the bond and the power of I 8 attorney. 9 10 If so stated in the Contract Provisions, bidder must use the bond form included in the 11 Contract Provisions. 12 13 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 14 1 15 1-02.9 Delivery of Proposal 16 (August 15, 2012 APWA GSP, Option A) 17 I 18 Delete this section and replace it with the following: 19 20 Each proposal shall be submitted in a sealed envelope, with the Project Name and Project I 21 Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as 22 otherwise required in the Bid Documents, to ensure proper handling and delivery. 23 I 24 If the project has FHWA funding and requires DBE Written Confirmation Documents or Good P J 9 q 25 Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with I 26 their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the 27 Bidder's completed DBE Utilization Certification, form 272-056A EF, as required by Section 28 1-02.6. 29 30 The Contracting Agency will not open or consider any Bid Proposal that is received after the 31 time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other • 32 than that specified in the Call for Bids. 33 34 1-02.13 Irregular Proposals 35 (March 13, 2012 APWA GSP) 36 I 37 Revise item 1 to read: 38 I 39 1. A proposal will be considered irregular and will be rejected if: 40 a. The Bidder is not prequalified when so required; 41 b. The authorized proposal form furnished by the Contracting Agency is not used or I 42 is altered; 43 c. The completed proposal form contains any unauthorized additions, deletions, 44 alternate Bids, or conditions; I 45 d. The Bidder adds provisions reserving the right to reject or accept the award, or 46 enter into the Contract; 47 e. A price per unit cannot be determined from the Bid Proposal; I 48 f. The Proposal form is not properly executed; 49 g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, 50 as required in.Section 1-02.6; I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 6 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 h. The Bidder fails to submit or properly complete a Disadvantaged Business I 2 Enterprise Certification, if applicable, as required in Section 1-02.6; 3 i. The Bidder fails to submit written confirmation from each DBE firm listed on the 4 Bidder's completed DBE Utilization Certification that they are in agreement with ' 6 5 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 7 requirements of the Special Provisions; 8 j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as • 9 required in Section 1-02.6, or if the documentation that is submitted fails to 10 demonstrate that a Good Faith Effort to meet the Condition of Award was made; ▪ 11 k. The Bid Proposal does not constitute a definite and unqualified offer to meet the • 12 material terms of the Bid invitation; or 13 I. More than one proposal is submitted for the same project from a Bidder under 14 the same or different names. ▪ 15 16 1-02.14 Disqualification of Bidders 17 (March 8, 2013 APWA GSP, Option 8) 18 19 Delete this Section and replace it with the following: 20 21 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder 22 responsibility criteria in RCW 39.04.350(1), as amended; or does not' meet the following I23 Supplemental Criteria: 24 25 1. Delinquent State Taxes 26 27 A Criterion: The Bidder shall not owe delinquent taxes to the Washington State 28 Department of Revenue without a payment plan approved by the Department I29 of Revenue. 30 31 B. Documentation: The Bidder shall not be listed on the Washington State I 32 Department of Revenue's "Delinquent Taxpayer List" website: 33 http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they 34 are so listed, they must submit a written payment plan approved by the ' 35 Department of Revenue, to the Contracting Agency by the deadline listed 36 below. • 37 38 2. Federal Debarment 39 40 A Criterion: The Bidder shall not currently be debarred or suspended by the ▪ 41 Federal government. II 42 43 B. Documentation: The Bidder shall not be listed as having an `active exclusion" 44 on the U.S. government's "System for Award Management" database • 45 .www.sam. ov ( 9 ) 46 II 48 3. Subcontractor Responsibility 48 49 A Criterion: The Bidder's standard subcontract form shall include the 50 subcontractor responsibility language required by RCW 39.06.020, and the City of Federal Way RFB#15-003 S 320 Street Preservation Project Page 7 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 Bidder shall have an established procedure which it utilizes to validate the 2 responsibility of each of its subcontractors. The Bidder's subcontract form shall I 3 also include a requirement that each of its subcontractors shall have and 4 document a similar procedure to determine whether the sub-tier 5 subcontractors with whom it contracts are also "responsible"subcontractors as 6 defined by RCW 39.06.020. 7 8 B. Documentation: The Bidder, if and when required as detailed below, shall I 9 submit a copy of its standard subcontract form for review by the Contracting 10 Agency, and a written description of its procedure for validating the 11 responsibility of subcontractors with which it contracts. I 12 13 4. Prevailing Wages 14 , ' 15 A Criterion: The Bidder shall not have a record of prevailing wage violations as 16 determined by WA Labor & Industries in the five years prior to the bid 17 submittal date, that demonstrates a pattern of failing to pay workers prevailing I 18 wages, unless there are extenuating circumstances and such circumstances are 19 deemed acceptable to the Contracting Agency. 20 21 B. Documentation: The Bidder, if and when required as detailed below, shall 22 • submit a list of all prevailing wage violations in the five years prior to the bid 23 submittal date, along with an explanation of each violation and how it was 24 resolved. The Contracting Agency will evaluate these explanations and the I 25 resolution of each complaint to determine whether the violation demonstrate a 26 pattern of failing to pay its workers prevailing wages as required. I 27 28 5. Claims Against Retainage and Bonds 29 I 30 A Criterion: The Bidder shall not have a record of excessive claims filed against 31 the retainage or payment bonds for public works projects in the three years 32 prior to the bid submittal date, that demonstrate a lack of effective 33 management by the Bidder of making timely and appropriate payments to its I 34 subcontractors, suppliers, and workers, unless there are extenuating 35 circumstances and such circumstances are deemed acceptable to the 36 Contracting Agency. I 37 38 B. Documentation: The Bidder, if and when required as detailed below, shall 39 submit a list of the public works projects completed in the three years prior to I 40 the bid submittal date that have had claims against retainage and bonds and 41 include for each project the following information: I 42 43 • Name of project 44 • The owner and contact information for the owner; • 45 • A list of claims filed against the retainage and/or payment bond for any I 46 of the projects listed; 47 • A written explanation of the circumstances surrounding each claim and 48 the ultimate resolution of the claim. I 49 50 6. Public Bidding Crime 51 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 8 2015 Special Provisions to Standard Specifications I RFB ver. 1-08 1 A Criterion: The Bidder and/or its owners shall not have been convicted of a I 2 crime involving bidding.on a public works contract in the five years prior to the 3 bid submittal date. 4 I 5 B. Documentation: The Bidder, if and when required as detailed below, shall sign 6 a statement (on a form to be provided by the Contracting Agency) that the 7 Bidder and/or its owners have not been convicted of a crime involving bidding I 8 on a public works contract. 9 10 7. Termination for Cause / Termination for Default 11 • 12 A Criterion: The Bidder shall not have had any public works contract terminated 13 for cause or terminated for default by a government agency in the five years ' 14 prior to the bid submittal date, unless there are extenuating circumstances and 15 such circumstances are deemed acceptable to the Contracting Agency. 16 I17 B. Documentation; The Bidder, if and when required as detailed below, shall sign 18 a statement (on a form to be provided by the Contracting Agency) that the 19 Bidder has not had any public works contract terminated for cause or I20 terminated for default by a government agency in the five years prior to the bid 21 submittal date; or if Bidder was terminated, describe the circumstances. . 22 ' 23 7. Lawsuits 24 25 A Criterion: The Bidder shall not have lawsuits with judgments entered against • 26 the Bidder in the five years prior to the bid submittal date that demonstrate a 27 pattern of failing to meet the terms of contracts, unless there are extenuating 28 circumstances and such circumstances are deemed acceptable to the I▪ 29 Contracting Agency 30 31 B. Documentation: The Bidder, if and when required as detailed below, shall sign • 32 a statement (on a form to be provided by the Contracting Agency) that the 33 Bidder has not had any lawsuits with judgments entered against the Bidder in 34 the five years prior to the bid submittal date that demonstrate a pattern of I35 failing to meet the terms of contracts, or shall submit a list of all lawsuits with 36 judgments entered against the Bidder in the five years prior to the bid 37 submittal date, along with a written explanation of the circumstances 38 surrounding each such lawsuit. The Contracting Agency shall evaluate these I 39 explanations to determine whether the lawsuits demonstrate a pattern of 40 failing to meet of terms of construction related contracts 41 • 42 As evidence that the Bidder meets the mandatory and supplemental responsibility criteria 43 stated above, the apparent two lowest Bidders must submit to the Contracting Agency by I44 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a 45 written statement verifying that the Bidder meets all of the mandatory and supplemental 46 criteria together with supporting documentation including but not limited to that detailed 47 above (sufficient in the sole judgment of the Contracting Agency) demonstrating I48 compliance with all mandatory and supplemental responsibility criteria. The Contracting 49 Agency reserves the right to request such documentation from other Bidders as well, and 50 to request further documentation as needed to assess Bidder responsibility. The I51 Contracting Agency also reserves the right to obtain information from third-parties and City of Federal Way RFB#15-003 324th Street Preservation Project Page 9 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 1 independent sources of information concerning a Bidder's compliance with the mandatory 2 and supplemental criteria, and to use that information in their evaluation. The Contracting 3 Agency may (but is not required to) consider mitigating factors in determining whether the 4 Bidder complies with the requirements of the supplemental criteria. 5 6 The basis for evaluation of Bidder compliance with these mandatory and supplemental 7 criteria shall include any.documents or facts obtained by Contracting Agency (whether 8 from the Bidder or third parties) including but not limited to: (i) financial, historical, or 9 operational data from the Bidder; (ii) information obtained directly by the Contracting 10 Agency from others for whom the Bidder has worked, or other public agencies or private 11. enterprises;.and (iii) any additional information obtained by the Contracting Agency which • 12 is believed to be relevant to the matter. 13 14 If the Contracting Agency determines the Bidder does.not meet the bidder responsibility I 15 criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify 16 the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with 17 this determination, it may appeal the determination within two (2) business days of the 18 ' Contracting Agency's determination by presenting its appeal and any additional 19 information to the Contracting Agency. The Contracting Agency will consider the appeal 20 and an y issuing additional information before issuin its final determination. If the final 21 determination affirms that the Bidder is not responsible, the Contracting Agency will not 22 execute a contract with any other Bidder until at least two business days after the Bidder 23 determined to be not responsible has received the Contracting Agency's final 24 determination. 25 26 Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with , 27 concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility 28 Criteria may make or submit requests to the Contracting Agency to modify the criteria. 29 Such requests shall be in writing, describe the nature of the concerns, and propose I 30 specific modifications to the criteria. Bidders shall submit such requests to the Contracting 31 Agency no later than five (5) business days prior to the bid submittal deadline and address 32 . the request to the Project Engineer or such other person designated by the Contracting 33 Agency in the Bid Documents. 34 35 1-02.15 Pre Award Information 36 (August 14, 2013 APWA GSP) 37 38 Revise this section to read: 39 40 Before awarding any contract, the Contracting Agency may require one or more of these 41 items or actions of the apparent lowest responsible bidder: 42 1. A complete statement of the origin, composition, and manufacture of any or all 43 materials to be used, 44 2. Samples of these materials for quality and fitness tests, 45 3. A progress schedule(in a form the Contracting Agency requires).showing the order of 46 and time required for the various phases of the work, 47 4. A breakdown of costs assigned to any bid item, 48 5. Attendance at a conference with the Engineer or representatives of the Engineer, 49 6. Obtain, and furnish a copy of, a business license to do business in the city or county 50 where the work is located. , City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 10 2015 Special Provisions to Standard Specifications , RFB vet 1-08 1 7. Any other information or action taken that is deemed necessary to ensure that the I 2 bidder is the lowest responsible bidder. 3 4 1-3 AWARD AND EXECUTION OF CONTRACT 5 6 1-03.1 Consideration of Bids 7 (January 23, 2006 APWA GSP) 1 8 9 Revise the first paragraph to read: 10 I11 After opening and reading proposals, the Contracting Agency will check them for 12 correctness of extensions of the prices per unit and the total price. If a discrepancy exists 13 between the price per unit and the extended amount of any bid item, the price per unit will I 14 control. If a minimum bid amount has been established for any item and the bidder's unit 15 or lump sum price is less than the minimum specified amount, the Contracting Agency will 16 unilaterally revise the unit or lump sum price, to the minimum specified amount and I17 recalculate the extension. The total of extensions, corrected where necessary, including 18 sales taxes where applicable and such additives and/or alternates as selected by the 19 Contracting Agency, will be used by the Contracting Agency for award purposes and to fix II▪ 20 the Awarded Contract Price amount and the amount of the contract bond. 21 22 1-03.3 Execution of Contract I23 (October 1, 2005APWA GSP) 24 25 Revise this section to read: ▪ 26 III 27 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available 28 for signature by the successful bidder on the first business day following award. The 29 number of copies to be executed by the Contractor will be determined by the Contracting II 30 Agency. 31 I32 Within 10 calendar days after the award date, the successful bidder shall return the signed 33 Contracting Agency-prepared contract, an insurance certification as required by Section 1- 34 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of 35 the contract by the Contracting Agency, the successful bidder shall provide any pre-award • 36 information the Contracting Agency may require under Section 1-02.15. 37 I38 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 39 Agency nor shall any work begin within the project limits or within Contracting Agency- 40 furnished sites. The Contractor shall bear all risks for any work begun outside such areas I41 and for any materials ordered before the contract is executed by the Contracting Agency. 42 43 If the bidder experiences circumstances beyond their control that prevents return of the 44 contract documents within the calendar days after the award date stated above, the I45 Contracting Agency may grant up to a maximum of 10 additional calendar days for return of 46 the documents, provided the Contracting Agency deems the circumstances warrant it. • 47 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 11 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1-03.4 Contract Bond 2 (December 8, 2014 APWA GSP) 3 4 Revise the first paragraph to read: 5 6 The successful bidder shall provide executed payment and performance bond(s) for the full 7 contract amount. The bond may be a combined payment and performance bond; or be 8 separate payment and performance bonds. In the case of separate payment and 9 performance bonds, each shall be for the full contract amount. The bond(s) shall: 10 1. Be on.Contracting Agency-furnished form(s); 11 2. Be signed by an approved surety(or sureties) that: , 12 a. Is registered with the Washington State Insurance Commissioner, and 13 b. Appears on the current Authorized Insurance List in the State of Washington 14 published by the Office of the Insurance Commissioner, 15 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and 16 conditions under the Contract, including but not limited to the duty and obligation to I 17 indemnify, defend, and protect the Contracting Agency against all losses and claims 18 related directly or indirectly from any failure: 19 a. Of the Contractor(or any of the employees, subcontractors, or lower tier 20 subcontractors of the Contractor) to faithfully perform and comply with all contract 21 obligations, conditions, and duties, or 22 b. Of the Contractor(or the subcontractors or lower tier subcontractors of the 23 Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, 24 material person, or any other person who provides supplies or provisions for carrying 25 out the work; 26 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the 27 project under titles 50, 51, and 82 RCW; and 28 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the 29 bond; and 30 6. Be signed by an officer of the Contractor empowered to sign official statements (sole 31 proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by I 32 the president or vice president, unless accompanied by written proof of the authority of 33 the individual signing the bond(s)to bind the corporation (i.e., corporate resolution, 34 power of attorney, or a letter to such effect signed by the president or vice president). 35 36 1-04 SCOPE OF WORK 37 38 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 39 Specifications,and Addenda 40 (March 13, 2012 APWA GSP) 41 42 Revise the second paragraph to read: 43 44 Any inconsistency in the parts of the contract shall be resolved by following this order of 45 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 46 1. Addenda, 47 2. Proposal Form, 48 3. Special Provisions, 49 4. Contract Plans, City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 12 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 5. Amendments to the Standard Specifications, • 2 6. Standard Specifications, 3 7. Contracting Agency's Standard Plans or Details (if any), and I 4 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 5 6 1-05.7 Removal of Defective and Unauthorized Work I7 (October 1,2005APWA GSP) 8 9 Supplement this section with the following: 10 11. If the Contractor fails to remedy defective or unauthorized work within the time specified in 12 a written notice from the Engineer, or fails to perform any part of the work required by the 13 Contract Documents, the Engineer may correct and remedy such work as may be identified I14 in the written notice, with Contracting Agency forces or by such other means as the 15 Contracting Agency may deem necessary. 16 I17 If the Contractor fails to comply with a written order to remedy what the Engineer 18 determines to be an emergency situation, the Engineer may have the defective and 19 unauthorized work corrected immediately, have the rejected work removed and replaced, or I20 have work the Contractor refuses to perform completed by using Contracting Agency or 21 other forces. An emergency situation is any situation when, in the opinion of the Engineer, a 22 delay in its remedy could be potentially unsafe, or might cause serious risk of loss or I 23 damage to the public. 24 • 25 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and I26 remedying defective or unauthorized work, or work the Contractor failed or refused to 27 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 28 monies due, or to become due, the Contractor. Such direct and indirect costs shall include in I29 particular, but without limitation, compensation for additional professional services required, 30 and costs for repair and replacement of work of others destroyed or damaged by correction, 31 removal, or replacement of the Contractor's unauthorized work. I32 33 No adjustment in contract time or compensation will be allowed because of the delay in the 34 performance of the work attributable to the exercise of the Contracting Agency's rights 35 provided by this Section. • 36 37 The rights exercised under the provisions of this section shall not diminish the Contracting I38 Agency's right to pursue any other avenue for additional remedy or damages with respect to 39 the Contractor's failure to perform the work as required. 40 •▪ 41 1-05.11 Final Inspection 42 43 Delete this section and replace it with the following: • ' 44 ' 45 1-05.11 Final Inspections and Operational Testing 46 (October 1, 2005APWA GSP) II▪ 47 48 1-05.11(1) Substantial Completion Date 49 City of Federal Way RFB# 15-003 S 3241 Street Preservation Project Page 13 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 When the Contractor considers the work to be substantially complete, the Contractor 2 shall so notify the Engineer and request the Engineer establish the Substantial I 3 Completion Date. The Contractor's request shall list the specific items of work that 4 remain to be completed in order to reach physical completion. The Engineer will 5 schedule an inspection of the work with the Contractor to determine the status of I 6 completion. The Engineer may also establish the Substantial Completion Date 7 unilaterally. 8 I 9 If, after this inspection, the Engineer concurs with the Contractor that the work is 10 substantially complete and ready for its intended use, the Engineer, by written notice to 11 the Contractor, will set the Substantial Completion Date. If, after this inspection the I 12 Engineer does not consider the work substantially complete and ready for its intended 13 use, the Engineer will, by written notice, so notify the Contractor,giving the reasons 14 therefor. I 15 16 Upon receipt of written notice concurring in or denying substantial completion, 17 whichever is applicable, the Contractor shall pursue vigorously, diligently and without I 18 unauthorized interruption, the work necessary to reach Substantial and Physical 19 Completion. The Contractor shall provide the Engineer with a revised schedule indicating 20 when the Contractor expects to reach substantial and physical completion of the work. I 21 22 The above process shall be repeated until the Engineer establishes the Substantial 23 Completion Date and the Contractor considers the work physically complete and ready ' 24 for final inspection. 25 26 1-05.11(2) Final Inspection and Physical Completion Date I 27 28 When the Contractor considers the work physically complete and ready for final 29 inspection,the Contractor by written notice shall request the Engineer to schedule a I 30 final inspection. The Engineer will set a date for final inspection. The Engineer and the 31 Contractor will then make a final inspection and the Engineer will notify the Contractor in 32 writing of all particulars in which the final inspection reveals the work incomplete or 33 unacceptable. The Contractor shall immediately take such corrective measures as are I 34 necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, 35 diligently, and without interruption until physical completion of the listed deficiencies. 36 This process will continue until the Engineer is satisfied the listed deficiencies have been I • 37 corrected. 38 I 39 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 40 written notice listing the deficiencies, the Engineer may, upon written notice to the 41 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 42 Section 1-05.7. ' 43 The Contractor will not be allowed an extension of contract time because of a delay in 44 the performance of the work attributable to the exercise of the Engineer's right 45 hereunder. I 46 47 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 48 Contracting Agency, in writing, of the date upon which the work was considered ' 49 physically complete. That date shall constitute the Physical Completion Date of the 50 contract, but shall not imply acceptance of the work or that all the obligations of the 51 Contractor under the contract have been fulfilled. - ' City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 14 - 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 1 I2 1-05.11(3) Operational Testing 3 4 It is the intent of the Contracting Agency to have at the Physical Completion Date a II II 5 complete and operable system. Therefore when the work involves the installation of 6 machinery or other mechanical equipment; street lighting, electrical distribution or signal 7 systems; irrigation systems; buildings; or other similar work it may be desirable for the I 8 Engineer to have the Contractor operate and test the work for a period of time after 9 final inspection but prior to the physical completion date. Whenever items of work are 10 listed in the Contract Provisions for operational testing they shall be fully tested under ' 11 operating conditions for the time period specified to ensure their acceptability prior to 12 the Physical Completion Date. During and following the test period, the Contractor shall 13 correct any items of workmanship, materials, or equipment which prove faulty, or that ' 14 are not in first class operating condition. Equipment, electrical controls, meters, or other II 15 devices and equipment to be tested during this period shall be tested under the 16 observation of the Engineer, so that the Engineer may determine their suitability for the I17 . purpose for which they were installed. The Physical Completion Date cannot be 18 established until testing and corrections have been completed to the satisfaction of the 19 Engineer. ll ' 20 21 The costs for power, gas, labor, material, supplies, and everything else needed to 22 successfully complete operational testing, shall be included in the unit contract prices ' 23 related to the system being tested, unless specifically set forth otherwise in the 24 proposal. 25 26 Operational and test periods, when required by the Engineer, shall not affect a 27 manufacturer's guaranties or warranties furnished under the terms of the contract. 28 29 1-05.13 Superintendents, Labor and Equipment of Contractor I30 (August 14, 2013 APWA GSP) 31 32 Delete the sixth and seventh paragraphs of this section. 33 34 1-05.14 Cooperation with Other Contractors I35 36 Supplement this section with the following: • 37 38 1-05.14(A) Notifications Relative to Contractor's Activities New Section I39 40 Notification shall be written-with a copy delivered to the Engineer within a minimum of PY 9 41 two working days prior to the commencement of work, including any work impacting I42 utilities, and must be in such detail as to give the time of the commencement and 43 completion of work, names of streets to be closed, schedule of operations, routes of 44 detours where possible. The Contractor shall also notify the below listed agencies of the 45 name(s) of the construction responsible superintendent in onsible char 9 a or other individuals P P 46 having full authority execute ecute the orders or direction of the Engineer, in the event of an 9 tY 9 , 47 emergency. Failure to comply with this requirement will result in a stop work order. 1 48 49 City of Federal Way South King Fire & Rescue 50 Police Department 31617 1st Ave S I51 33325 8th Avenue South Federal Way, WA 98003 City of Federal Way - ty y RFB#15 003 s 324th Street Preservation Project Page 15 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 Federal Way, WA 98003-6325 Telephone: 253-839-6234 2 Telephone: 253-835-6701 I 3 To schedule off duty officers 2 - 4 Telephone: 53 83 5-6767 5 - I6 King County Metro Federal Way School District 7 1270 6th Avenue South, Bldg. 2 Transportation Department 8 MS:QS 1211 South 332nd Street 9 Seattle, WA 98134 Federal Way, WA 98003 10 Telephone: 206-684-2785 Attn: Cindy Wendland 11 Telephone:.253-945-5965 12 13 Puget Sound Energy(Gas) CenturyLink Communications 14 3130 South 38th Street/TAC-LL 2510 84th Street, Suite 18 I 15 Tacoma, WA 98409 Lakewood, WA 98499 16 Attn: Anita Yurovchak Attn: Nevic Jake 17 Telephone: 253-476-6034 Telephone: 425-761-1471 I 18 19 Puget Sound Energy (Power) Comcast Cable Communications 20 14103 8th Street East 4020 Auburn Way North I 21 Sumner, WA 98390 Auburn, WA 98002 22 Attn: Dennis Booth Attn: Mike Violette 23 Telephone: 253-606-4787 Telephone: 253-261-1409 ' 24 25 AT&T Cable Maintenance King County Traffic Operations 26 11241 Willow Road NE, Suite 130 155 Monroe Avenue NE I 27 Redmond, WA 98052 Renton, WA 98056 28 Attn: Dan McGeough Attn: Mark Parrett 29 Telephone: 425-896-9830 Telephone: 206-296-8152 30 31 Lakehaven Utility District Pierce Transit 32 PO Box 4249 3701 96th Street SW 33 Federal Way, WA 98003 Lakewood, WA 98499 I 34 Attn: Gene Yoder Attn:.Dixie Sciacqua 35 Telephone: 253-261-1741 Telephone: 253-581-8001 36 37 1-05.14(B) Coordination of Work with City New Section 38 39 At least a three (3) working day written notification shall be required on all requests for I 40 engineering services other than inspection. All requests shall be coordinated with the Engineer. 41 The Contractor will not be responsible for overtime pay to the City's Engineer for work 42 performed at night. I 43 44 All costs resulting from delays in which requests were not coordinated with the Engineer shall 45 be the sole responsibility of the Contractor. , 46 City of Federal Way RFB# 15-003 I S 324` Street Preservation Project Page 16 2015 Special'Provisions to Standard Specifications , RFB ver. 1-08 1 1-05.15 Method of Serving Notices I2 (March 25, 2009 APWA GSP) 3 Revise the second paragraph to read: II • 5 All correspondence from the Contractor shall be directed to the Project Engineer. All 6 correspondence from the Contractor constituting any notification notice of protest, notice of I7 dispute, or other correspondence constituting notification required to be furnished under the 8 Contract, must be in paper format, hand delivered or sent via mail delivery service to the 9 Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies I10 of correspondence will not constitute such notice and will not comply with the requirements 11 of the Contract. 12 I13 Add the following new section: 14 15 1-05.16 Water and Power I16 (October 1, 2005APWA GSP) 17 18 The Contractor shall make necessary arrangements, and shall bear the costs for power and 19 water necessary for the performance of the work, unless the contract includes power and • 20 water as a pay item. 21 I22 Add the following new section: 23 24 1-05.17 Oral Agreements 25 (October 1, 2005AWPA GSP) I26 27 No oral agreement or conversation with any officer, agent, or employee of the Contracting 28 Agency, either before or after execution of the contract, shall affect or modify any of the I29 terms or obligations contained in any of the documents comprising the contract. Such oral 30 agreement or conversation shall be considered as unofficial information and in no way 31 binding upon the Contracting Agency, unless subsequently put in writing and signed by the I32 Contracting Agency. 33 34 1-06 CONTROL OF MATERIAL 35 36 Section 1-06 is supplemented with the following: 37 Buy America • 1 38 39 (August 6, 2012) 40 In accordance with Buy America requirements contained in 23 CFR 635.410, the major I41 quantities of steel and iron construction material that is permanently incorporated into the 42 project shall consist of American-made materials only. Buy America does not apply to 43 temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and I44 falsework. 45 46 Minor amounts of foreign steel and iron may be utilized in this project provided the cost of I47 the foreign material used does not exceed one-tenth of one percent of the total contract 48 cost or$2,500.00,whichever is greater. 49 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 17 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 American-made material is defined as material having all manufacturing processes occurring 2 domestically. To further define the coverage, a domestic product is a manufactured steel I 3 material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or 4 in the territories and possessions of the United States. 5 I . 6 If domestically produced steel billets or iron ingots are exported outside of the area of 7 coverage, as defined above, for any manufacturing process then the resulting product does 8 not conform to the Buy America requirements. Additionally, products manufactured I 9 domestically from foreign source steel billets or iron ingots do not conform to the Buy • 10 America requirements because the initial melting and mixing of alloys to create the material 11 occurred in a foreign country. Il 12 13 Manufacturing begins with the initial melting and mixing, and continues through the coating 14 stage. Any process which modifies the chemical content, the physical size or shape, or the I 15 final finish is considered a manufacturing process. The processes include rolling, extruding, 16 machining, bending, grinding, drilling, welding, and coating. The action of applying a 17 coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, I 18 galvanizing, aluminizing, painting, and any other coating that protects or enhances the value 19 of steel or iron. Any process from the original reduction from ore to the finished product 20 constitutes a manufacturing process for iron. I 21 22 Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and 23 alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron I 24 ore. 25 26 The following are considered to be steel manufacturing processes: I 27 28 1. Production of steel by any of the following processes: 29 30 a. Open hearth furnace. 31 b. Basic oxygen 32 c. Electric furnace. I 33 d. Direct reduction. 34 35 2. Rolling, heat treating, and any other similar processing. 36 I 37 3. Fabrication of the products. 38 39 a. Spinning wire into cable or strand. I 40 b. Corrugating and rolling into culverts. 41 c. Shop fabrication. 42 I 43 A certification of materials origin will be required for any items comprised of, or containing, 44 steel or iron construction materials prior to such items being incorporated into the 45 permanent work. The certification shall be on DOT Form 350-109EF provided by the I 46 Engineer, or such other form the Contractor chooses, provided it contains the same 47 information as DOT Form 350-109EF. 48 • ' 49 1-07 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC 50 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 18 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • 1 1-07.1 Laws to be Observed I2 (October 1, 2005APWA GSP) 3 4 Supplement this section with the following: I5 6 In cases of conflict between different safety regulations, the more stringent regulation shall 7 apply. 1 8 9 The Washington State Department of Labor and Industries shall be the sole and paramount 10 administrative agency responsible for the administration of the provisions of the Washington I11 Industrial Safety and Health Act of 1973 (WISHA). 12 13 The Contractor shall maintain at the project site office, or other well-known place at the ' 14 project site, all articles necessary for providing first aid to the injured. The Contractor shall 15 establish, publish, and make known to all employees, procedures for ensuring immediate 16 removal to a hospital, or doctor's care, persons, including employees, who may have been U17 injured on the project site. Employees should not be permitted to work on the project site 18 before the Contractor has established and made known procedures for removal of injured 19 persons to a'hospital or a doctor's care. U20 21 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the 22 Contractor's plant, appliances, and methods, and for any damage or injury resulting from 1 23 their failure, or improper maintenance, use, or operation. The Contractor shall be solely and 24 completely responsible for the conditions of the project site, including safety for all persons 25 and property in the performance of the work. This requirement shall apply continuously, I26 and not be limited to normal working hours. The required or implied duty of the Engineer 27 to conduct construction review of the Contractor's performance does not, and shall not, be 28 intended to include review and adequacy of the Contractor's safety measures in, on, or near I29 the project site. 30 31 1-07.2 State Taxes I32 33 The third paragraph of Section 1-07.2 is revised to read: 34 I35 (June 27, 2011) 36 The Contracting Agency will release the Contract Bond only if the Contractor has obtained 37 from the State Department of Revenue a certificate showing that all Contract-related taxes 38 have been paid. 39 40 Delete this section, including its sub-sections, in its entirety and replace it with the 41 following: 42 43 1-07.2 State Sales Tax 44 (June 27, 2011 APWA GSP) 45 46 The Washington State Department of Revenue has issued special rules on the State 47 sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The I48 Contractor should contact the Washington State Department of Revenue for answers to 49 questions in this area. The Contracting Agency will not adjust its payment if the 50 Contractor bases a bid on a misunderstood tax liability. 151 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 19 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 f • I 1 The Contractor shall include all Contractor-paid taxes in the unit bid prices or other 2 contract amounts. In some cases, however, state retail sales tax will not be included. I 3 Section 1-07.2(2) describes this exception. 4 5 The Contracting Agency will pay the retained percentage (or release the Contract Bond 6 if a FHWA-funded Project) only if the Contractor has obtained from the Washington 7 State Department of Revenue a certificate showing that all contract-related taxes have 8 been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to I 9 the Contractor any amount the Contractor may owe the Washington State Department 10 of Revenue, whether the amount owed relates to this contract or not. Any amount so 11 deducted will be paid into the proper State fund. 12 13 1-07.2(1) State Sales Tax—Rule 171 14 I 15 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, 16 roads, etc., which are owned by a municipal corporation, or political subdivision of the 17 state, or by the United States, and which are used primarily for foot or vehicular traffic. ' 18 This includes storm or combined sewer systems within and included as a part of the 19 street or road drainage system and power lines when such are part of the roadway 20 lighting system. For work performed in such cases, the Contractor shall include 21 Washington State Retail Sales Taxes in the various unit bid item prices, or other contract 22 amounts, including those that the Contractor pays on the purchase of the materials, 23 equipment, or supplies used or consumed in doing the work. 24 25 1-07.2(2) State Sales Tax— Rule 170 26 I 27 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or 28 existing buildings, or other structures, upon real property. This includes, but is not 29 limited to, the construction of streets, roads, highways, etc., owned by the state of '• 30 Washington; water mains and their appurtenances; sanitary sewers and sewage disposal 31 systems unless such sewers and disposal systems are within, and a part of, a street or 32 road drainage system; telephone, telegraph, electrical power distribution lines, or other 33 conduits or lines in or above streets or roads, unless such power lines become a part of I 34 a street or road lighting system; and installing or attaching of any article of tangible 35 personal property in or to real property, whether or not such personal property becomes 36 a part of the realty by virtue of installation. I 37 38 For work performed in such cases, the Contractor shall collect from the Contracting I 39 Agency, retail sales tax on the full contract price. The Contracting Agency will 40 automatically add this sales tax to each payment to the Contractor. For this reason, the 41 Contractor shall not include the retail sales tax in the unit bid item prices, or in any other 42 contract amount subject to Rule 170, with the following exception. I 43 44 Exception: The Contracting Agency will not add in sales tax for a payment the 45 Contractor or a subcontractor makes on the purchase or rental of tools, machinery, 1 46 equipment, or consumable supplies not integrated into the project. Such sales taxes 47 shall be included in the unit bid item prices or in any other contract amount. 48 I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 20 2015 I 1 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 1-07.2(3) Services I 2 3 The Contractor shall not collect retail sales tax from the Contracting Agency on any 4 contract wholly for professional or other services (as defined in Washington State I . 5 Department of Revenue Rules 138 and 244). 6 7 1-07.7 Load Limits I 8 Section 1-07.7 is supplemented with the following: 9 10 (March 13, 1995) ' 11 Except for the load limit restrictions specified in section 1-07.7(2), and as outlined below, 12 the Contractor may operate vehicles which exceed the legal gross weight limitations without 13 special permits or payment of additional fees provided such vehicles are employed in the I14 construction and within the limits of this project. 15 16 Subparagraph 1 of the second paragraph of Section 1-07.7(1) is deleted. ' 17 18 The Contractor shall not operate vehicles which exceed the maximum gross weight provide 19 by lay within the following areas of this project: I20 21 All project roads are subject to weight limit restrictions. 22 • 23 (March 13, 1995) 24 If the sources of materials provided by the Contractor necessitates hauling over roads other 25 than State Highways, the Contractor shall, at the Contractor's expense, make all 26 arrangements for the use of the haul routes. 1 27 28 1-07.9 Wages 29 30 1-07.9(1) General 31 Section 1-07.9(1) is supplemented with the following: I32 33 _ (January 12, 2015) 34 The Federal wage rates incorporated in this contract have been established by the Secretary 35 of Labor under United States Department of Labor General Decision No. WA150001. I36 37 . The State rates incorporated in this contract are applicable to all construction activities 38 associated with this contract. I39 40 1-07.11 Requirements for Nondiscrimination 41 Section 1-07.11 is supplemented with the following: I42 43 (August 5, 2013) 44 Requirement for Affirmative Action to Ensure Equal Employment Opportunity(Executive I45 Order 11246) 46 47 1. The Contractor's attention is called to the Equal Opportunity Clause and the I48 Standard Federal Equal Employment Opportunity Construction Contract 49 Specifications set forth herein. 50 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 21 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 2. The goals and timetables for minority and female participation set by the Office of 2 Federal Contract Compliance Programs, expressed in percentage terms for the I 3 Contractor's aggregate work force in each construction craft and in each trade on 4 all construction work in the covered area, are as follows: 5 I 6 Women - Statewide 7 8 Timetable Goal I 9 10 Until further notice 6.9% 11 Minorities - by Standard Metropolitan Statistical Area (SMSA) I 12 13 Spokane, WA: 14 SMSA Counties: I 1.5 Spokane, WA 2.8 16 WA Spokane. 17 Non-SMSA Counties 3.0 I 18 WA Adams; WA Asotin; WA Columbia; WA Ferry;WA Garfield; WA 19 Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. 20 21 Richland, WA 22 SMSA Counties: 23 Richland Kennewick, WA 5.4 I 24 WA Benton; WA Franklin. 25 Non-SMSA Counties 3.6 26 WA Walla Walla. 27 1 28 Yakima, WA: 29 SMSA Counties: I 30 Yakima, WA 9.7 31 WA Yakima. 32 Non-SMSA Counties 7.2 I 33 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. 34 35 Seattle, WA: I 36 SMSA Counties: 37 Seattle Everett, WA 7.2 38 WA King; WA-Snohomish. 39 Tacoma, WA 6.2 40 WA Pierce. 41 Non-SMSA Counties 6.1 I 42 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; 43 WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA 44 Thurston; WA Whatcom. 45 I 46 Portland, OR: 47 SMSA Counties: 48 Portland, OR-WA 4.5 I 49 WA Clark. 50 Non-SMSA Counties 3.8 51 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. I City of Federal Way RFB#15-003 S 324`Street Preservation Project Page 22 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 2 These goals are applicable to each nonexempt Contractor's total on-site 3 construction workforce, regardless of whether or not part of that workforce is 4 performing work on a Federal, or federally assisted project, contract, or I 5 subcontract until further notice. Compliance with these goals and time tables is 6 enforced by the Office of Federal Contract compliance Programs. 7 8 ' The Contractor's compliance with the Executive Order and the regulations in 41 9 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity 10 Clause, specific affirmative action obligations required by the specifications set ' 11 forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority 12 and female employment and training must be substantially uniform throughout the 13 length of the contract, in each construction craft and in each trade, and the I14 Contractor shall make a good faith effort to employ minorities and women evenly 15 on each of its projects. The transfer of minority or female employees or trainees 16 from Contractor to Contractor or from project to project for the sole purpose of I17 meeting the Contractor's goal shall be a violation of the contract, the Executive 18 Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be 19 measured against the total work hours performed. II 20 • 21 3. The Contractor shall provide written notification to the Office of Federal Contract 22 Compliance Programs (OFCCP) within 10 working days of award of any ' 23 construction subcontract in excess of $10,000 or more that are Federally funded, 24 at any tier for construction work under the contract resulting from this solicitation. 25 The notification shall list the name, address and telephone number of the ' 26 Subcontractor; employer identification number of the Subcontractor; estimated 27 dollar amount of the subcontract; estimated starting and completion dates of the 28 subcontract; and the geographical area in which the contract is to be performed. ▪ 29 The notification shall be sent to: 30 31 U.S. Department of Labor 32 Office of Federal Contract Compliance Programs Pacific Region 33 Attn: Regional Director 34 San Francisco Federal Building ' _ 35_ - _ ___.___-- ._- ___9Q.—7—"'-Str-eet,-Suite-18=-300 - _- _ - __ - -- -- - - -- - - - -. -- - - - - - - - - - - - 36 San Francisco, CA 94103(415) 625-7800 Phone 37 (415) 625-7799Fax • 38 39 Additional information may be found at the U.S. Department of Labor website: 4 40 http://www.dol.gov/ofccp/TAguides/ctaguide.htm I41 42 4. As used in this Notice, and in the contract resulting from this solicitation, the 43 Covered Area is as designated herein. I44 45 Standard Federal Equal Employment Opportunity Construction Contract Specifications 46 (Executive Order 11246) I47 48 1. As used in these specifications: 49 50 a. Covered Area means the geographical area described in the solicitation 51 from which this contract resulted; City of Federal Way RFB# 15-003 I S 324th Street Preservation Project Page 23 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 2 b. Director means Director, Office of Federal Contract Compliance Programs, I 3 United States Department of Labor, or any person to whom the Director 4 delegates authority; 5 1 6 c. Employer Identification Number means the Federal Social Security number tY 7 used on the Employer's Quarterly Federal Tax Return, U. S. Treasury 8 Department Form 941; I 9 10 d. Minority includes: 11 I 12 (1) Black, a person having origins in any of the Black Racial Groups of 13 Africa. 14 '15 (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of 16 Mexican, Puerto Rican, Cuban, Central American, South American, 17 or other Spanish origin. I 18 19 (3)Asian or Pacific Islander, a person having origins in any of the 20 original peoples of the Pacific rim or the Pacific Islands, the I 21 Hawaiian Islands and Samoa. 22 23 (4) American Indian or Alaskan Native, a person having origins in any I 24 of the original peoples of North America, and who maintain cultural 25 identification through tribal affiliation or community recognition. 26 I 27 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion 28 of the work involving any construction trade, it shall -physically include in each 29 subcontract in excess of $10,000 the provisions of these specifications and the I 30 Notice which contains the applicable goals for minority and female participation 31 and which is set forth in the solicitations from which this contract resulted. 32 I 33 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan 34 approved by the U.S. Department of Labor in the covered area either individually 35 or through an association, its affirmative action obligations on all work in the Plan 36 area (including goals and timetables) shall be in accordance with that Plan for I 37 those trades which have unions participating in the Plan. Contractors must be able 38 to demonstrate their participation in and compliance with the provisions of any 39 such Hometown Plan. Each Contractor or Subcontractor participating in. an I 40 approved Plan is individually required to comply with its obligations under the EEO 41 clause, and to make a good faith effort to achieve each goal under the Plan in each 42 trade in which it has employees. The overall good faith performance by other I 43 Contractors or Subcontractors toward a goal in an approved Plan does not excuse 44 any covered Contractor's or Subcontractor's failure to take good faith effort to I 45 achieve the Plan goals and timetables. 46 47 4. The Contractor shall implement the specific affirmative action standards provided 48 in paragraphs 7a through 7p of this Special Provision. The goals set forth in the I 49 solicitation from which this contract resulted are expressed as percentages of the 50 total hours of employment and training of minority and female utilization the 51 Contractor should reasonably be able to achieve in each construction trade in I City of Federal Way RFB#15-003 S 324 th Street Preservation Project Page 24 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 which it has employees in the covered area. Covered construction contractors I 2 performing construction work in geographical areas where they do not have a 3 Federal or federally assisted construction contract shall apply the minority and 4 female goals established for the geographical area where the work is being 11 5 performed. The Contractor is expected to make substantially uniform progress in 6 meeting its goals in each craft during the period specified. 7 I 8 5. Neither the provisions of any collective bargaining agreement, nor the failure by a 9 union with whom the Contractor has a collective bargaining agreement, to refer 10 either minorities or women shall excuse the Contractor's obligations under these I11 specifications, Executive Order 11246, or the regulations promulgated pursuant .12 thereto. 13 I14 6. In order for the nonworking training hours of apprentices and trainees to be 15 counted in meeting the goals, such apprentices and trainees must be employed by 16 the Contractor during the training period, and the Contractor must have made a I17 commitment to employ the apprentices and trainees at the completion of their 18 training, subject to the availability of employment opportunities. Trainees must be 19 trained pursuant to training programs approved by the U.S. Department of Labor. III• 20 21 7. The Contractor shall take specific affirmative actions to ensure equal employment 22 opportunity. The evaluation of the Contractor's compliance with these I23 specifications shall be based upon its effort to achieve maximum results from its 24 action. The Contractor shall document these efforts fully, and shall implement 25 . affirmative action steps at least as extensive as the following: 126 27 a. Ensure and maintain a working environment free of harassment, 28 intimidation, and coercion at all sites, and in all facilities at which the • 29 Contractor's employees are assigned to work. The Contractor, where II 30 possible, will assign two or more women to each construction project. The 31 Contractor shall specifically ensure that all foremen, superintendents, and I32 other on-site supervisory personnel are aware of and carry out the 33 • Contractor's obligation to maintain such a working environment, with 34 specific attention to minority or female individuals working at such sites or 35 in such facilities. ' 36 • 37 b. Establish and maintain a current list of minority and female recruitment I38 sources, provide written notification to minority and female recruitment 39 sources and to community organizations when the Contractor or its unions 40 have employment opportunitiet available, and maintain a record of the 41 organizations' responses. 1 42 43 c. Maintain a current file of the names, addresses and telephone numbers of 44 each minority and female off-the-street applicant and minority or female I45 referral from a union, a recruitment source or community organization and 46 of what action was taken with respect to each such individual. If such 47 individual was sent to the union hiring hall for referral and was not referred I48 back to the Contractor by the union or, if referred, not employed by the 49 Contractor, this shall be documented in the file with the reason therefor, 50 along with whatever additional actions the Contractor may have taken. 1 51 City of Federal Way RFB# 15-003 I S 324th Street Preservation Project Page 25 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • I 1 d. Provide immediate written notification to the Director when the union or 2 unions with which the Contractor has a collective bargaining agreement has I 3 not referred to the Contractor a minority person or woman sent by the 4 Contractor, or when the Contractor has other information that the union 5 referral process has impeded the Contractor's efforts to meet its I 6 obligations. 7 8 e. Develop on-the-job training opportunity and/or participate in training I 9 programs for the area which expressly include minorities and women, 10 including upgrading programs and apprenticeship and trainee programs 11 relevant to the Contractor's employment needs, especially those programs I 12 funded or approved by the U.S. Department of Labor. The Contractor shall 13 provide notice of these programs to the sources compiled under 7b above. 14 15 f. Disseminate the Contractor's EEO policy by providing notice of the policy to 16 unions and training programs and requesting their cooperation in assisting 17 the Contractor in meeting its EEO obligations; by including it in any policy I 18 manual and collective bargaining agreement; by publicizing it in the 19 company newspaper, annual report, etc.; by specific review of the policy 20 with all management personnel and with all minority and female employees I 21 at least once a year; and by posting the company EEO policy on bulletin 22 boards accessible to all employees at each location•where construction 23 work is performed. 24 25 g. Review, at least annually, the company's EEO policy and affirmative action 26 obligations under these specifications with all employees having any I 27 responsibility for hiring, assignment, layoff, termination or other 28 employment decisions including specific review of these items with on-site 29 supervisory personnel such as Superintendents, General. Foremen, etc., ' 30 prior to the initiation of construction work at any job site. A written record 31 shall be made and maintained identifying the time and place of these 32 meetings, persons attending, subject matter discussed, and disposition of 33 the subject matter. ' 34 35 h. Disseminate the Contractor's EEO policy externally by including it in any I 36 advertising in the news media, specifically including minority and female 37 news media, and providing written notification to and discussing the 38 Contractor's EEO policy with other Contractors and Subcontractors with 39 whom the Contractor does.or anticipates doing business. I 40 41 i. Direct its recruitment efforts, both oral and written to minority, female and 42 community organizations, to schools with minority and female students and I 43 to minority and female recruitment and training organizations serving the 44 Contractor's recruitment area and employment needs. Not later than one 45 month prior to the date for the acceptance of applications for ' 46 apprenticeship or other training by any recruitment source, the Contractor 47 shall send written notification to organizations such as the above, 48 describing the openings, screening procedures, and tests to be used in the I 49 selection process. 50 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 26 2015 Special Provisions to Standard Specifications • I RFB ver. 1-08 I 1 j. Encourage present minority and female employees to recruit other minority I 2 persons and women and where reasonable, provide after school, summer 3 and vacation employment to minority and female youth both on the site 4 and in other areas of a Contractor's work force. I . 5 6 k. Validate all tests and other selection requirements where there is an 7 obligation to do so under 41 CFR Part 60-3. 8 9 I. Conduct, at least annually, an inventory and evaluation of all minority and 10 female personnel for promotional opportunities and encourage these I11 employees to seek or to prepare for, through appropriate training, etc., 12 such opportunities. 13 I14 m. Ensure that seniority practices, job classifications, work assignments and 15 other personnel practices, do not have a discriminatory effect by continually 16 monitoring all personnel and employment related activities to ensure that I17. the EEO policy and the Contractor's obligations under these specifications 18 are being carried out. 19 20 n. Ensure that all facilities and company activities are nonsegregated except O 21 that separate or single-user toilet and necessary changing facilities shall be 22 provided to assure privacy between the sexes. • • 23 ▪ 24 o. Document and maintain a record of all solicitations of offers for 25 subcontracts from minority and female construction contractors and ' 26 suppliers, including circulation of solicitations to minority and .female 27 contractor associations and other business associations. 28 • 29 p. Conduct a review, at least annually, of all supervisors' adherence to and 30 performance under the Contractor's EEO policies and affirmative action 31 obligations. I32 33 8. Contractors are encouraged to participate in voluntary associations which assist in 34 fulfilling one or more of their affirmative action obligations (7a through 7p). The I35 efforts of a contractor association,joint contractor-union, contractor-community, or 36 other similar group of which the Contractor is a member and participant, may be 37 asserted as fulfilling any one or more of the obligations under 7a through 7p of this 38 Special Provision provided that the Contractor actively participates in the group, I39 makes every effort to assure that the group has a positive impact on the 40 employment of minorities and women in the industry, ensure that the concrete 41 benefits of the program are reflected in the Contractor's minority and female I42 workforce participation, makes a good faith effort to meet its individual goals and 43 timetables, and can provide access to documentation which demonstrate the 44 effectiveness of actions taken on behalf of the Contractor. The obligation to I45 comply, however, is the Contractor's and failure of such a group to fulfill an 46 obligation shall not be a defense for the Contractor's noncompliance. 47 I48 9. A single goal for minorities and a separate single goal for women have been 49 - established. The Contractor, however, is required to provide equal employment 50 opportunity and to take affirmative action for all minority groups, both male and I51 female, and all women, both minority and non-minority. Consequently, the City of Federal Way RFB# 15-003 324 `Street Preservation Project Page 27 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 • I 1 Contractor may be in violation of the Executive Order if a particular group is 2 employed in substantially disparate manner (for example, even though the I 3 Contractor has achieved its goals for women generally, the Contractor may be in 4 violation of the Executive Order if a specific minority group of women is 5 underutilized). I 6 7 10.The Contractor shall not use the goals and timetables or affirmative action. 8 standards to discriminate against any person because of race, color, religion, sex, I 9 or national origin. 10 11 11.The Contractor shall not enter into any subcontract with any person or firm I 12 debarred from Government contracts pursuant to Executive Order 11246. 13 14 12.The Contractor shall carry out such sanctions and penalties for violation of these I 15 specifications and of the Equal Opportunity Clause, including suspensions, 16 terminations and cancellations of existing subcontracts as may be imposed or 17 ordered pursuant to Executive Order 11246, as amended,. and its implementing I 18 regulations by the Office of Federal Contract Compliance Programs. Any Contractor 19 who fails to carry out such sanctions and penalties shall be in violation of these 20 specifications and Executive Order 11246, as amended. I 21 22 13.The Contractor, in fulfilling its obligations under these specifications, shall 23 implement specific affirmative action steps, at least as extensive as those I 24 standards prescribed in paragraph 7 of this Special Provision, so as to achieve 25 maximum results from its efforts to ensure equal employment opportunity. If the 26 Contractor fails to comply with the requirements of the Executive Order, the I 27 implementing regulations, or these specifications, the. Director shall proceed in 28 accordance with 41 CFR 60-4.8. 29 30 14.The Contractor shall designate a responsible official to monitor all employment 31 . related activity to ensure that the company EEO policy is being carried out, to 32 submit reports relating to the provisions hereof as may be required by the 33 • government, and to keep records. Records shall at least include, for each , 34 employee, their name, address, telephone numbers, construction trade, union 35 affiliation if any, employee identification number when assigned, social security 36 number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), _ I 37 dates of changes in status, hours worked per week in the indicated trade, rate of 38 pay, and locations at which the work was performed. Records shall be maintained ' 39 in an easily understandable and retrievable form; however, to the degree that 40 existing records satisfy this requirement, the Contractors will not be required to 41 maintain separate records. 42 I 43 15. Nothing herein provided shall be construed as a limitation upon the application of 44 other laws which establish different standards of compliance or upon the 45 application of requirements for the hiring of local or other area residents (e.g., I 46 those under the Public Works Employment Act of 1977 and the Community 47 Development Block Grant Program). 48 I 49 16.Additional assistance for Federal Construction Contractors on contracts 50 administered by Washington State Department of Transportation or by Local 51 Agencies may be found at: I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 28 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 ' 1 I 2 Washington State Dept. of Transportation 3 Office of Equal Opportunity 4 PO BOX 47314 I5 310 Maple Park Ave. SE 6 Olympia, WA 98504-7314 7 . Ph: 360-705-7090 I8 Fax: 360-705-6801 9 http://www.wsdot.wa.gov/equalopportunity/default.htm 10 • 11 1-07.11 Requirements for Nondiscrimination 12 (December 8, 2014 APWA GSP, Option B) 13 I14 Supplement this section with the following: 15 16 Disadvantaged Business Enterprise Condition of Award Participation I 17 The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to this • 18 Contract. Demonstrating compliance with these specifications is a Condition of Award 19 (COA) of this Contract. Failure to comply with the requirements of this specification may 20 result in your bid being found to be nonresponsive and may be rejected. ▪ 21 22 DBE COA Goal 23 The Contracting Agency has established a COA Contract goal in the amount of: ▪ 24 *** Seventeen percent (17%) of the contract total for DBE goals***. 25 • 26 DBE Eligibility/Selection of DBEs 27 A Directory of Certified DBE Firms denoting the Description of Work the DBE 28 Contractors are certified to perform is available at: I29 30 www.omwbe.wa.gov/certification/index.shtml. • 31 I32 The directory provides plain language on the Description of Work that the listed 33 DBE's have been certified by the Office of Minority and Women's Business 34 Enterprises (OMWBE) to perform. The Bidder shall use the Directory of Certified I35 DBE Firms to confirm if a DBE is certified for the"Description of Work"the Bidder 36 lists on the DBE Utilization Certification form # 272-056 EF (see form instructions) 37 and therefore qualifies for credit towards the COA goal. I38 39 Crediting DBE Participation 40 Joint Venture 41 When a DBE performs as a participant in a joint venture, only that portion of the I 42 total dollar value of the Contract equal to the distinct, clearly defined portion of 43 the Work that the DBE performs with its own forces shall be credited. 44 I45 DBE Prime Contractor 46 A DBE Prime Contractor may only take credit for that portion of the total dollar 47 value of the Contract equal to the distinct, clearly defined portion of the Work that I48 the DBE Prime performs with its own forces. 49 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 29 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 DBE Subcontractor 2 When a DBE firm participates as a Subcontractor only that portion of the total I 3 dollar value of the Contract equal to the distinct, clearly defined portion of the 4 Work that the DBE performs with its own forces shall be credited. 5 I 6 • Include the cost of supplies and materials obtained by the DBE for the 7 Work in the Contract including supplies purchased or equipment leased by 8 the DBE. I 9 • However, you may not take credit for supplies, materials, and 10 equipment the DBE Subcontractor purchases or leases from the Prime 11 Contractor or its affiliate. In addition, Work performed by a DBE, I 12 utilizing resources of the Prime Contractor or its affiliates shall not be 13 credited. 14 15 • In very rare situations, a DBE firm may utilize equipment and/or personnel 16 from a non-DBE firm other than the Prime Contractor or its affiliates. 17 Should this situation arise the arrangement must be short-term and have I 18 prior written approval from the Office of Equal Opportunity(0EO). 19 20 • Count the entire value of fees or commissions charged by a DBE firm for I 21 providing a bona fide service, such as professional, technical, consultant, 22 managerial services, or for providing bonds or insurance. 23 1 24 • When a DBE subcontracts to another firm, the value of the subcontracted 25 Work may be counted as participation only if the DBE's lower tier 26 Subcontractor is also a DBE. Work that a DBE subcontracts to a non-DBE I 27 firm shall not be credited. 28 29 • When non-DBE Subcontractor further subcontracts to a lower-tier I 30 Subcontractor or supplier who is a certified DBE, then that portion of the 31 Work further subcontracted may be credited as DBE participation, provided 32 it is a distinct clearly defined portion of the Work that the DBE is certified I 33 to perform and the DBE Subcontractor performs the Work with its own 34 forces. 35 I 36 • If a firm is not certified as a DBE at the time of the execution of the 37 contract, their participation cannot be counted toward any DBE goals. 38 39 Trucking 40 Use the following factors in determining DBE credit and whether a DBE trucking 41 company is performing a commercially useful function: I 42 43 1. The DBE must be responsible for the management and supervision of 44 the entire trucking operation for which credit is being claimed. I 45 46 2. The DBE must itself own and, with its own workforce, operate at least 47 one fully licensed, insured, and operational truck used on the Contract. I 48 49 3. The DBE receives credit only for the value of the transportation services 50 it provides on the Contract using trucks it owns or leases, licenses, I 51 insures, and operates with drivers it employs. For purposes of this City of Federal Way RFB#15-003 ty y S 324 m Street Preservation Project Page 30 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 requirement a lease must indicate that the DBE has exclusive use of and I 2 control over the truck. This does not preclude the leased truck from 3 working for others provided it is with the consent of the DBE and the 4 lease provides the DBE first priority for use of the leased truck. Leased I 5 trucks must display the name and identification number of the DBE. 6 7 4. The DBE may lease trucks from another DBE firm including an owner- I 8 operator provided they are certified as a DBE for trucking. The DBE who 9 leases trucks from another DBE may claim participation for the total 10 value of the transportation services the lessee DBE provides on the 11 Contract. IN 12 13 5. The DBE may also lease trucks from a non-DBE firm and may enter into I14 an agreement with an owner-operator who is a non-DBE. The DBE shall 15 only receive credit for the number of additional non-DBE trucks equal or 16 less than the number of DBE trucks the firms owns or has I 17 leased/subcontracted through another DBE trucking company. The DBE • 18 must control the work of the non-DBE trucks. If the non-DBE is 19 performing the work without supervision of that work by the DBE, the I20 DBE is not performing a Commercially Useful Function (CUF). 21 22 6. In any lease or owner-operator situation, as described in requirement#4 1 23 and #5 above, the following rules shall apply: 24 25 a. A written lease/rental agreement is required for all trucks I26 leased or rented; documenting the ownership and the terms of 27 the agreement. The agreements must be submitted and 28 approved by the Contracting Agency prior to the beginning of ' 29 the Work. The agreement must show the leaser's name, truck 30 • description and agreed upon amount and method of payment 31 (hour,ton, or per load). All lease agreements shall be for a I32 long-term relationship, rather than for the individual project. 33 (This requirement does not apply to owner-operator 34 arrangements.) I35 36 b. Only the vehicle, (not the operator) may be leased or rented. 37 (This requirement does not apply to owner-operator ' 38 • arrangements). 39 40 7. Credit may only be claimed for DBE trucking firms operating under a I41 subcontract or a written agreement approved by the Contracting Agency 42 prior to performing Work. 43 I44 Expenditures paid to other DBEs 45 Expenditures paid to other DBEs for materials or supplies may be counted toward 46 DBE goals as provided in the following: 47 I48 Manufacturer 49 . You may claim DBE credit for 100 percent of value of the materials or 50 supplies obtained from a DBE manufacturer. 51 City of Federal Way RFB# 15-003 I S 324th Street Preservation Project Page 31 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 A manufacturer is a firm that operates or maintains a factory or 2 establishment that produces, on the premises, the materials, supplies, I 3 articles, or equipment required under the contract. A manufacturer shall 4 include firms that produce finished goods or products from raw or unfinished 5 material or that purchases and substantially alters goods and materials to I 6 make them suitable for construction use before reselling them. 7 8 In order to receive credit as a DBE Manufacturer, the firm must be certified I 9 by OMWBE as a manufacturer in a NAICS code that falls within the 31)000(to 10 33)XXX classification. 11 12 Regular Dealer 13 You may claim credit for 60 percent of the value of the materials or supplies 14 purchased from a DBE regular dealer. Rules applicable to regular dealer I 15 status are contained in 49 CFR Part 26.55.e.2. 16 17 To be considered a regular dealer you must meet the following criteria: I 18 19 • WSDOT considers and recognizes a regular dealer, as a firm that 20 owns, operates, or maintains a store, warehouse, or other 21 establishment in which the materials or supplies required for the 22 performance of the Contract and described by the specifications of the 23 Contract are bought, kept in stock and regularly sold or leased to the I 24 public in the usual course of business. 25 26 • Sixty percent (60%) of the cost of materials or supplies purchased I 27 from an approved regular dealer may be credited as DBE 28 participation. 29 I 30 Regular dealer status is granted on a contract-by-contract basis. A firm 31 wishing to be approved as a regular dealer for WSDOT contracted projects or 32 Highways &Local Program administered projects must submit a request in I 33 writing to OEO for approval, no later than seven days prior to bid opening. 34 35 Once the OEO has received the request, an onsite review will be set up with I 36 the firm and a review conducted to determine the firm's qualifications. If it is 37 determined that the firm qualifies as a regular dealer the OEO will list the firm 38 on an Approved Regular Dealers List. The list may be accessed through the I 39 OEO Home website is at: 40 41 www.wsdot.wa.gov/equalopportunity. 42 43 Note: Requests to be listed as a regular dealer will only be processed if the 44 requesting firm is certified by the Office of Minority and Women's 45 Business Enterprises in a NAICS code that fall within the 42)000( ' 46 NAICS Wholesale code section. 47 48 Materials or Supplies Purchased from a DBE I 49 With regard to materials or supplies purchased from a DBE who is neither a 50 manufacturer nor a regular dealer you may claim credit for the following: 51 City of Federal Way RFB#15-003 S 324 `Street Preservation Project Page 32 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 1 1. Fees or commissions charged for assistance in the procurement of I 2 the materials and supplies. 3 4 2. Fees or transportation charges for the delivery of materials or I6 5 supplies. 7 In either case you may not take credit for any part of the cost of the I98 materials and supplies. 10 Commercially Useful Function (CUF) I11 The Prime.Contractor has a responsibility and must treat the working relationship 12 with the DBE such that the DBE is performing a commercially useful function. The 13 Prime Contractor may only take credit for Work performed by a DBE that is I14 determined to be performing a commercially useful function. 15 16 • A DBE performs a commercially useful function when it is responsible for 1 17 execution of a distinct element of Work and is carrying out its responsibilities 18 by performing, managing and supervising the Work involved. The DBE must 19 also be responsible with respect to materials and supplies used on the ▪ 20 Contract. For example; negotiating price, determining quality,determining • 21 quantities, ordering, installing (if applicable) and paying for the material 22 itself. • 1 23 • 24 • A DBE does not perform a commercially useful function if its role is limited to 25 that of an extra participant in a transaction, Contract, or project through 1 26 which funds are passed. 27 28 Joint Checking Allowance 1 29 Prime Contractors and DBEs must receive pre-approval by the OEO before using a 30 joint check. Joint check requests shall be submitted by the Prime Contractor to 31 the Contracting Agency for approval. I32 33 When requesting approval for use of a joint checking allowance, the Contractor 34 , must distribute a written joint check agreement among the parties (including the • 35 suppliers involved) providing full and prompt disclosure of the expected use of the 36 joint checks. The agreement shall contain all the information concerning the 37 parties'obligations and consequences or remedies if the agreement is not fulfilled I38 or Ta breach occurs. The joint check request shall be submitted to the Contracting 39 Agency for approval prior to signing the contract agreement. 40 I41 The following are some general conditions that must be met by all parties 42 regarding joint check use: 43 44 a. It is understood that the Prime Contractor acts solely as the guarantor of I45 a joint check. 46 47 b. The DBE's own funds are used to pay supplier of materials. The Prime I48 Contractor does not make direct payment to supplier. In order to be 49 performing a Commercially Useful Function (CUF), the DBE must release 50 the check to the supplier(paying for the materials it-self and not be an I51 extra participant in a transaction). City of Federal Way RFB#15-003 ' S 324th Street Preservation Project Page 33 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 2 c. If the Prime Contractor makes joint checks available to one DBE I 3 Subcontractor, the service must be made available to all Subcontractors 4 (DBE and non-DBE). 5 6 d. The relationship between the DBE and its suppliers should be established 7 independently of and without interference by the Prime Contractor. The 8 DBE has final decision-making responsibility concerning the procurement I 9 of materials and supplies, including which supplier to use. 10 11 e. The Prime Contractor and DBE shall be able to provide receipts, invoices, I 12 cancelled checks and/or certification statements of payment if requested 13 by the Contracting Agency. 14 f. The DBE remains responsible for all other elements of 49 CFR I 15 26.55(c)(1). 16 17 Failure by the Prime Contractor to request and receive prior approval of a joint I 18 check arrangement will result in the joint check amount not counting towards the 19 Prime Contractor's DBE goal. 20 I 21 Disadvantaged Business Enterprise Utilization Certification FORM # 22 272-056 EF 23 To be eligible for award of the Contract, the Bidder shall properly complete and I 24 submit a Disadvantaged Business Enterprise Utilization Certification with the 25 Bidder's sealed Bid Proposal, as specified Section 1-02.9 Delivery of Proposal. The 26 Bidder's Disadvantaged Business Enterprise Utilization Certification must clearly I 27 demonstrate how the Bidder intends to meet the DBE COA goal. A Disadvantaged 28 Business Enterprise Utilization Certification (form # 272-056 EF)is included in 29 your Proposal package for this purpose as well as instructions on how to properly I 30 fill out the form. 31 32 In the event of arithmetic errors in completing the Disadvantaged Business I 33 Enterprise Utilization Certification the amount listed to be applied towards the goal 34 for each DBE shall govern and the DBE total amount shall be adjusted 35 accordingly. I 36 37 Note: The Contracting Agency shall consider as non-responsive and shall reject 38 any Bid Proposal submitted that does not contain a Disadvantaged I 39 Business Enterprise Utilization Certification that accurately demonstrates 40 how the Bidder intends to meet the COA goal. 41 42 Disadvantaged Business Enterprise(DBE)Written Confirmation I 43 Document(s) FORM # 422-031 EF 44 The Bidder shall submit a complete and accurate Disadvantaged Business 45 Enterprise (DBE) Written Confirmation Document for each DBE firm listed in the I 46 Bidder's completed Disadvantaged Business Enterprise Utilization Certification as 47 submitted with the bid. Failure to do so will result in the associated participation 48 being disallowed, which may result in bid rejection. I 49 50 A Disadvantaged Business Enterprise (DBE)Written Confirmation Document (form 51 No. 422-031 EF) is included in your Proposal package for this purpose. I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 34 2015 Special Provisions to Standard Specifications ' RFB ver. 1-08 1 I 2 The form(s) shall be received as specified in the special provisions for Section 1- 3 02.9 Delivery of Proposal. 4 I5 It is prohibited for the Bidder to require a DBE to submit a Written Confirmation 6 Document with any part of the form left blank. Should the Contracting Agency 7 determine that a Written Confirmation Document was signed by a DBE that was I 8 not complete; the validity of the document comes into question and the 9 associated DBE Participation may not receive credit. 10 11 Selection of Successful Bidder/Good Faith Efforts(GFE) • 12 The successful Bidder shall be selected on the basis of having submitted the 13 lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE I14 COA goal. Achieving the goal may be accomplished in one of two ways, as 15 follows: 16 I17 1. By meeting the goal 18 The best indication of good faith efforts is to document, through 19 submission of the Disadvantaged Business Enterprise Utilization ' 20 Certification and supporting Disadvantaged Business Enterprise (DBE) 21 Written Confirmation Document(s) that the Bidder has obtained enough 22 DBE participation to meet or exceed the assigned DBE COA contract goal. 23 That being the case no additional GFE documentation is required. Or; 24 25 2. By documentation that it made adequate GFE to meet the goal I26 The Bidder may demonstrate a GFE in whole or part through GFE 27 documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient 28 DBE participation have been unsuccessful. In this case, the Bidder must I29 supply GFE documentation in addition to the Disadvantaged Business 30 Enterprise Utilization Certification, and supporting Disadvantaged 31 Business Enterprise (DBE) Written Confirmation document(s). I32 33 Note: In the case where the Bidder was awarded the contract based on 34 demonstrating adequate GFE the advertised DBE goal will not be reduced 35 to the Bidder's partial commitment. The Bidder shall demonstrate a GFE I36 during the life of the Contract to attain the DBE Condition of Award (COA) 37 Goal as assigned to the project. 38 I39 Good Faith Efforts (GFE) Documentation 40 GFE documentation shall be received, as specified in the special provisions for I41 Section 1-02.9 Delivery of Proposal. 42 43 Based upon all the relevant documentation submitted in Bid or as supplement to I44 Bid, the Contracting Agency shall determine whether the Bidder has.demonstrated 45 a sufficient GFE to achieve DBE participation. The Contracting Agency will make a 46 fair and reasonable judgment of whether a Bidder that did not meet the goal 47 through participation, made adequate good faith efforts as demonstrated by the I48 GFE documentation. 49 50 The following is a list of types of actions, which would be considered as part of I51 the Bidder's GFE to achieve DBE participation. It is not intended to be a City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 35 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors 2 or types of efforts may be relevant in appropriate cases: I 3 4 1. Attendance by the Bidder at any pre-solicitation or pre-Bid meetings that 5 were scheduled by the Contracting Agency to inform DBEs of contracting I 6 and subcontracting or material supply opportunities available on the 7 project; 8 2. Contacting local Tribes, Tribal Employment Rights Offices (TERO) I 9 concerning the subcontracting or supply opportunities in sufficient time 10 to allow the enterprises to participate effectively; 11 3. Selection by the Bidder of specific economically feasible units of the 12 project to be performed by DBEs in order to increase the likelihood of 13 • participation by DBEs even if the Bidder preferred to perform these Work 14 items as the Prime Contractor; 15 16 4. Advertising by the Bidder in general circulation, trade association I 17 minority and trade oriented, women focus publications, concerning the 18 subcontracting or supply opportunities; 19 I 20 5. Providing written notice from the Bidder to a reasonable number of 21 specific DBEs, identified from the OMWBE Directory of Certified DBE 22 Firms for the selected subcontracting or material supply Work, in 1 23 sufficient time to allow the enterprises to participate effectively; 24 25 6. Follow-up by the Bidder of initial solicitations of interest by contacting I 26 the DBEs to determine with certainty whether they were interested. 27 Documentation of this kind of action shall include the information 28 outlined below: I 29 30 a. The names, addresses, telephone numbers of DBEs who were 31 contacted, the dates of initial contact, and whether initial I 32 solicitations of interest were followed-up by contacting the DBEs to 33 determine with certainty whether the DBEs were interested; 34 I 35 b. A description of the information provided to the DBEs regarding the 36 plans, specifications, and estimated quantities for portions of the 37 Work to be performed; I 38 39 c. Documentation of each DBE contacted but rejected and the 40 reason(s) for that rejection; I 41 42 7. Providing, to interested DBEs, adequate information about the plans, 43 specifications, and requirements for the selected subcontracting or I 44 material supply Work; 45 46 8. Negotiating in good faith with the DBE firms, and not, without justifiable I 47 reason, rejecting as unsatisfactory, Bids that are prepared by any DBE. 48 The DBE's standing within its industry, membership in specific groups, 49 organizations, or associations and political or social affiliations - union vs. I 50 non-union employee status - are not legitimate causes for the rejection City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 36 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 1 or non solicitation of bids in the Prime Contractor's efforts to meet the I 2 3 project goal; 4 9. Advertising and making efforts to obtain DBE participation that were I 5 reasonably expected to produce a level of participation sufficient to meet 6 the goal or requirements of the Contracting Agency; 7 8 10. Making any other efforts to obtain DBE participation that were 9 reasonably expected to produce a level of participation sufficient to meet 10 the goal or requirements of the Contracting Agency; ' 11 12 11. Using the services of minority community organizations, minority 13 contractor groups, local, State, and federal minority business assistance ' 14 offices and other organizations identified by WSDOT and advocates for 15 disadvantaged, minority, and women businesses that provide assistance 16 in the recruitment and placement of disadvantaged, minority, and 17 women business enterprises; and 18 19 12. Using the WSDOT OEO DBE Supportive Services to assist you. For more I20 information please contact the OEO by calling toll free at (888) 259-9143 21 or emailing dbess @wsdot.wa.gov. 22 • 23 Administrative Reconsideration of GFE Documentation I 24 Any Bidder has the right to reconsideration but only for the purpose of 25 reassessing their GFE documentation that was determined to be inadequate. ' 26 27 • The Bidder must request and schedule a reconsideration hearing within 28 seven calendar days of notification of being nonresponsive or forfeit the 29 right to reconsideration. 30 31 • The reconsideration decision on the adequacy of the Bidder's GFE 32 documentation shall be made by an official who did not take part in the I33 original determination. 34 I35 • The Bidder shall have the opportunity to meet in person with the official 36 for the purpose of setting forth the Bidder's position as to why the GFE 37 documentation demonstrates a sufficient effort. 38 39 • The reconsideration official shall provide the Bidder with a written 40 decision on reconsideration within five business days of the hearing I41 explaining the basis for their finding. 42 43 Procedures between Award and Execution 44 After Award and prior to Execution the Bidder shall provide the additional I45 information described below. Failure to comply shall result in the forfeiture of the 46 Bidder's Proposal bond or deposit. 47 ' 48 1. Additional information for all successful DBE's as shown on the 49 Disadvantaged Business Enterprise Utilization Certification: 50 City of Federal Way RFB#15-003 S 324hh`Street Preservation Project Page 37 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 a. Correct business name, federal employee identification number (if 2 available), and mailing address. I 3 4 b. List of all Bid items assigned to each successful DBE firm, including 5 unit prices and extensions. 6 7 c. Description of partial items (if any) to be sublet to each successful 8 DBE firm specifying the distinct elements of Work under each item I 9 to be performed by the DBE and including the dollar value of the 10 DBE portion. 11 I 12 Total amounts shown for each DBE shall not be less than the 13 amount shown on the Disadvantaged Business Enterprise Utilization 14 Certification. A breakdown that does not conform to the I 15 Disadvantaged Business Enterprise Utilization Certification or that 16 demonstrates a lesser amount of DBE participation than that 17 included in the Disadvantaged Business Enterprise Utilization I 18 Certification will be returned for correction. 19 20 2. A list of all firms who submitted a Bid or quote in an attempt to I 21 participate in this project whether they were successful or not. Include 22 the business name and a mailing address. 23 I 24 Note: The firms identified by the Prime Contractor may be contacted by the 25 Contracting Agency to solicit general information as follows: age of the 26 firm and average of its gross annual receipts over the past three-years. I 27 28 Procedures after Execution 29 Crediting DBE Participation toward Meeting the Goal I 30 Reporting 31 All DBE work whether COA or race neutral participation is reported. The 32 Prime Contractor shall submit a Quarterly Report of Amounts Credited as 33 DBE Participation form (422-102 EF) on a quarterly basis for any , 34 calendar quarter in which DBE has accomplished Work or upon 35 completion of the project, as appropriate. The dollars are to be reported 36 as specified herein. I 37 38 In the event that the payments.to a DBE have been made by.an entity 39 other than the Prime Contractor, as in the case of a lower-tier I 40 Subcontractor or supplier, then the Prime Contractor shall obtain the 41 quarterly report, including the signed affidavit, from the paying entity 42 and submit the report to the Contracting Agency. I 43 44 Changes in DBE COA participation 45 Owner initiated Change Orders I 46 The Prime Contractor shall demonstrate a GFE to substitute COA DBE 47 participation when the Contracting Agency deletes Work items by change 48 order that impact a COA DBE's Work. I 49 50 When the Contract allows alternate Work methods which serve to delete or 51 create under-runs in COA DBE Work then the Prime Contractor must provide 111 City of Federal Way RFB#15-003 S 324 'Street Preservation Project Page 38 2015 Special Provisions to Standard Specifications I RFB ver. 1-08 1 1 documentation of negotiating the change with the DBE that was to perform I 2 the reduced Work and demonstrate a GFE to substitute other DBE COA 3 participation. 4 I 5 Original Quantity Under runs 6 In the event that Work committed to a DBE firm as part of the COA under 7 runs the original planned quantities the Prime Contractor shall demonstrate a ' 8 GFE to substitute other DBE COA participation. 9 10 Contractor-Initiated Proposals—General I11 The Contractor cannot reduce the amount of work committed to a DBE firm 12 at contract award without good cause and only with written concurrence from 13 the OEO. Reducing a COA DBE's Work is viewed as a partial DBE ' 14 termination, subject to the procedures below. 15 16 DBE Termination ' 17 A COA DBE Subcontractor may only be terminated in whole or part with the 18 approval of the Contracting Agency (in coordination with OEO). Approval will 19 be granted provided the Prime Contractor demonstrates that the termination I20 is based on good cause. 21 22 Good cause typically includes situations where the DBE Subcontractor is I23 unable or has failed to perform the work of its subcontract in accordance with 24 normal industry standards. While not all inclusive, some examples of good 25 cause include the following circumstances: 26 27 Good cause may exist if: 28 I29 • The listed DBE Subcontractor fails or refuses to execute a written 30 contract. 31 I32 • The listed DBE Subcontractor fails or refuses to perform the work 33 of its subcontract in a way consistent with normal industry 34 standards. I35 36 • The listed DBE Subcontractor fails or refuses to meet the Prime 37 Contractor's reasonable, nondiscriminatory bond requirements. I38 39 • The listed DBE Subcontractor becomes bankrupt, insolvent, or 40 exhibits credit unworthiness. I41 42 • The listed DBE Subcontractor is ineligible to work on public works 43 projects because of suspension and debarment proceedings 44 pursuant 2 CFR Parts 180, 215 and 1,200 or applicable state law. I45 46 • The listed DBE Subcontractor voluntarily withdraws from the 47 project and provides to you written notice of its withdrawal. 48 49 • The listed DBE is ineligible to receive DBE credit for the type of 50 work required. 1 51 City of Federal Way RFB#15-003 S 324' Street Preservation Project Page 39 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 • A DBE owner dies or becomes disabled with the result that the 2 listed DBE is unable to complete its work on the contract. 3 1 4 Good cause does not exist if: 5 • Contractor seeks to terminate a COA DBE so that the I 6 • The Prime Co 7 Prime can self-perform the Work. 8 I 9 • The Prime Contractor seeks to terminate a COA DBE so the Prime 10 Contractor can substitute another DBE or non-DBE after contract 11 award. I 12 13 • The failure or refusal of the DBE Subcontractor to perform its 14 work on the subcontract results from the bad faith or 15 discriminatory action of the Prime Contractor(e.g., the failure of rY ( 9 16 the Prime Contractor to make timely payments or the 17 unnecessary placing of obstacles in the path of the DBE's Work). I 18 19 Prior to requesting termination, the Prime Contractor must give notice in 20 writing to the DBE Subcontractor with a copy to the Contracting Agency of its ' 21 intent to request to terminate DBE work and the reasons for doing so. The 22 DBE Subcontractor shall have five (5) days to respond to the prime 23 Contractor's notice. The DBE's response shall either support the termination 24 or advise the Contracting Agency and the Prime Contractor of the reasons it I 25 objects to the termination of its subcontract. 26 I 27 When a COA DBE firm is"terminated"from a Contract (or fails to complete its 28 Subcontract for any reason), the Prime Contractor shall make every good 29 faith effort to substitute another DBE Firm (ref.to 49 CFR 26.53(g)). 30 31 Graduation 32 When a DBE firm"graduates"from the DBE program (during the course of an 33 executed subcontract), the DBE participation of that firm"may"continue to I 34 count towards the contract DBE goal. 35 36 Decertification I 37 When a COA DBE firm who has a signed subcontract in place with a Prime, 38 later becomes"decertified"(during the course of that subcontract) -the DBE 39 participation of that firm "may"continue to count towards the Contract DBE I 40 goal. 41 . 42 Counting payments 43. Payments to a DBE firm will count toward DBE goals only if the participation 44 is in accordance with these specifications. 45 46 Prom pt Payment P ment 47 Prompt payment to all Subcontractors shall be in accordance with Section 1- 48 08.1(1) of these Contract special provisions. I 49 I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 40 2015 Special Provisions to Standard Specifications I RFB ver. 1-08 1 Payment I 2 Compensation for all costs involved with complying with the conditions of this 3 specification and any other associated DBE requirements is included in 4 payment for the associated Contract items of Work. 1 5 6 Damages for Noncompliance 7 The Prime Contractor shall not discriminate on the basis of race, color, I 9 8 national origin, or sex in the performance of this Contract. The Prime Contractor shall carry out applicable requirements of 49 CFR Part 26 in the 10 award and administration of Contracts, which contain funding assistance from I11 the United States Department of Transportation. Failure by the Prime 12 Contractor to carry out these requirements is a material breach of this 13 Contract, which may result in the Termination of this Contract or such other ' 14 remedy as the Contracting Agency deems appropriate. 15 16 If the Prime Contractor does not comply with any part of its Contract as • 17 required under 49 CFR part 26, and/or any other applicable law or regulation 18 regarding DBE, the Contracting Agency may withhold payment, suspend the 19 ability of the Prime Contractor to participate in future Contracting Agency • 20 contracts, impose sanctions or Terminate the Contract, and subject the Prime 21 Contractor to civil penalties of up to ten percent of the amount of the 22 Contract for each violation. In the case of WSDOT Contracts, prequalification I23 may be suspended pursuant to WAC 468-16-180, and continuous violations 24 (exceeding a single violation) may also disqualify the Prime Contractor from 25 further participation in WSDOT Contracts for a period of up to three years. I26 27 An apparent low Bidder must be in compliance with these Contract Provisions 28 as a condition precedent to the granting of a notice of award by the I29 Contracting Agency. The Prime Contractor is entitled to request an 30 adjudicative proceeding with respect to the Contracting Agency's 31 determination of Contract violation and assessed penalties by filing a written 32 application within thirty days of receipt of notification. The adjudicative I33 proceeding, if requested, will be conducted by an administrative law judge 34 pursuant to the procedures set forth in RCW 34.05 and Chapter 10.08 of the 35 Washington Administrative Code. I36 37 1-07.12 Federal Agency Inspection 38 Section 1-07.12 is supplemented with the following: I39 40 (July 30, 2012) 41 Required Federal Aid Provisions I42 The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised 43 May 1, 2012 supersede any conflicting provisions of the Standard Specifications and are 44 made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273 . I45 are less restrictive than Washington State Law, then the Washington State Law shall prevail. 46 47 The provisions of FHWA 1273 included in this Contract require that the Contractor insert the I48 FHWA 1273 in each Subcontract, together with the wage rates which are part of the FHWA 49 1273. Also, a clause shall be included in each Subcontract requiring the Subcontractors to 50 insert the FHWA 1273 thereto in any lower tier Subcontracts, together with the wage rates. I51 The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 41 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1 inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this 2 purpose, upon request to the Project Engineer, the Contractor will be provided with extra 3 copies of the FHWA 1273, the applicable wage rates, and this Special Provision. 4 5 1-07.13 Contractor's Responsibility for Work 6 7 1-07.13(4) Repair of Damage 8 Section 1-07.13(4) is revised to read: 9 10 (August 6, 2001) 11 The Contractor shall promptly repair all damage to either temporary or permanent work as 12 directed by the Project Engineer. For damage qualifying for relief under Sections 1-07.13(1), 13 1-07.13(2) or 1-07.13(3), payment will be made in accordance with Section 1-04.4. 14 Payment will be limited to repair of damaged work only. No payment will be made for delay I 15 or disruption of work. 16 17 1-07.15 Temporary Water Pollution/Erosion Control 18 19 1-07.15(1) Spill Prevention, Control and Countermeasures Plan 20 21 Payment for developing the SPCC plan as specified in Section 1-07.15(1) of the Standard 22 Specifications will be by lump sum. 23 24 1-07.16 Protection and Restoration of Property 25 26 1-07.16(1) Private/Public Property 27 Section 1-07.16(1) is supplemented with the following: 28 29 (******) 30 The Contractor shall protect private or public property on or in the vicinity of the work site. 31 He shall ensure that it is not removed, damaged, destroyed, or prevented from being used 32 unless the contract so specifies. The Contractor shall not trespass upon private property and 33 shall be responsible for all injury or damage to person(s) or property, directly or indirectly, ' 34 resulting from his operations in completing this Work. He shall comply with the laws and 35 regulations of the Owner, County, and State and Federal governments, relating to the safety 36 of persons and property, and will be held responsible for and required to make good any 37 injury or damage to persons or property caused by carelessness or neglect on the part of 38 the Contractor or subcontractor(s), or any agent or employee of either during the progress 39 of the Work and until its final acceptance. 40 41 Property includes land, utilities, trees, landscaping, improvements legally on the 42 right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water 43 lines, signs, and other property of all description whether shown on the Plans or not. 9 P pertY pti 44 45 If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at his I 46 expense install protection, acceptable to the Project Engineer, for property rtY such as that 47 listed in the previous paragraph. The Contractor is responsible for locating all property that 48 is subject to damage by his operation. • 49 50 If the Contractor (or his agents/employees) damage, destroy, or interfere with the use of 51 such property, he shall restore it to original condition at his expense. He shall also halt any City of Federal Way RFB#15-003 S 324`"Street Preservation Project Page 42 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 interference with the property's use. The Project Engineer may have such property restored I 2 by other means and subtract the cost from money that will be or is due the Contractor if he 3 refuses or does not respond immediately. 4 • 5 The Contractor shall restore to a condition equal to the original condition improvements 6 such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, 7 sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, I 8 landscaping, public and private utilities etc., which are damaged or removed (and not 9 indicated to be removed) during construction, whether shown on the plans or not. 10 I11 All existing survey monuments and property corner markers shall be protected from 12 movement by the Contractor. All existing markers and/or monuments that must be 13 removed for construction purposes are to be referenced by survey ties and then replaced by ▪ 14 a professional land surveyor registered in the State of Washington. All existing property ▪ 15 corner markers disturbed or removed by the Contractor's operations which, in the opinion of 16 the Project Engineer, were not required to be removed for construction purposes shall be ' 17 replaced at the Contractor's own expense by a Professional Land Surveyor registered in the 18 State of Washington. Any of these monuments damaged must be reset to second order, 19 first class specifications. in 20 21 Sprinkler irrigation systems found to encroach within the limits of improvements shall be 22 modified as necessary to ensure satisfactory operation upon completion of the ' 23 improvements. This work will include, but not be limited to, cutting and capping existing 24 pipe, relocating existing risers and sprinkler heads new pipe heads and connections,,and 25 testing of the system. All work shall be done in conformance to acceptable standards. This I26 shall be incidental to the contract. 27 28 The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances I29 which interfere with the Work. The Contractor shall be liable for any damage due to 30 irrigation facilities damaged by his operations and shall repair such damaged facilities to an 31 "equal or better than" original condition. 32 33 1-07.16(2) Vegetation Protection and Restoration 34 Section 1-07.16(2) is supplemented with the following: 35 ' 36 (August 2, 2010) 37 Vegetation and soil protection zones for trees shall extend out from the trunk to a distance I38 of 1 foot radius for each inch of trunk diameter at breast height. 39 40 Vegetation and soil protection zones for shrubs shall extend out from the stems at ground 41 level to twice the radius of the shrub. 42 43 Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass 44 the diameter of the plant as measured from the outer edge of the plant. I45 46 1-07.17 Utilities and Similar Facilities 47 Section 1-07.17 is supplemented with the following: 48 49 (April2, 2007) 50 Locations and dimensions shown in the Plans for existing facilities are in accordance with I51 available information obtained without uncovering, measuring, or other verification. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 43 • 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 2 The following addresses and telephone numbers of utility companies known or suspected of 3 having facilities within the project limits are supplied for the Contractor's convenience: 4 5 Comcast Puget Sound Energy(Gas) 6 4020 Auburn Way N 3130 S. 38th Street 7 Auburn, WA 98002 Tacoma, WA 98409 8 Attn: Mike Violette Attn: Anita Yurovchak 9 Telephone: (253) 261-1409 Telephone: (253) 476-6304 10 11 Century Link Puget Sound Energy(Power) 12 2310 S. 84th, Suite 18 14103 8th Street East 13 Lakewood, WA 98499 Sumner, WA 98390 14 Attn: Nevic Jake Attn: Dennis Booth 1 15 Telephone: (425) 761-1471 Telephone: (253) 606-4787 16 17 Lakehaven Utility District King County Traffic Operation I 18 31627 First Ave South 155 Monroe Ave NE 19 P. 0. Box 4249 Renton, WA 98056 20 Federal Way, WA 98003 Attn: Mark Parrett 21 Attn: Wes Hill Telephone: (206) 296-8152 22 Telephone: (253) 946-5440 23 24 1-07.18 Public Liability And Property Damage Insurance 25 26 Delete this section in its entirety, and replace it with the following: 27 28 1-07.18 Insurance 29 (January 24, 2011 APWA GSP) 30 31 1-07.18(1) General Requirements 32 A. The Contractor shall obtain the insurance described in this section from insurers approved 33 by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be 34 provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, 35 which is licensed to do business in the state of Washington (or issued as a surplus line by a 36 Washington Surplus lines broker). The Contracting Agency reserves the right to approve or 37 reject the insurance provided, based on the insurer(including financial condition), terms 38 and coverage, the Certificate of Insurance, and/or endorsements. 39 40 B. The Contractor shall keep this insurance in force during the term of the Contract and for 41 thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. I 42 below). 43 44 C. If any insurance policy is written on a claims made form, its retroactive date, and that of all 45 subsequent renewals, shall be no later than the effective date of this Contract. The policy 46 shall state that coverage is claims made, and state the retroactive date. Claims=made form 47 coverage shall be maintained by the Contractor for a minimum of 36 months following the 48 Final Completion or earlier termination of this Contract, and the Contractor shall annually 49 provide the Contracting Agency with proof of renewal. If renewal of the claims made form 50 of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase City of Federal Way RFB#15-003 S 324`"Street Preservation Project Page 44 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 an extended reporting period ("tail") or execute another form of guarantee acceptable to I 2 the Contracting Agency to assure financial responsibility for liability for services performed. 3 4 D. The insurance policies shall contain a "cross liability"provision. III 5 6 E. The Contractor's and all Subcontractors' insurance coverage shall be primary and non- 7 contributory insurance as respects the Contracting Agency's insurance, self-insurance, or I9 8 insurance pool coverage. 10 F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written • 11 notice of any policy cancellation, within two business days of their receipt of such notice. 12 13 G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified I14 copy of the insurance policy(s). 15 16 H. The Contractor shall not begin work under the Contract until the required insurance has 17 been obtained and approved by the Contracting Agency. 18 19 I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a I20 material breach of contract, upon which the Contracting Agency may, after giving five 21 business days notice to the Contractor to correct the breach, immediately terminate the 22 Contract or, at its discretion, procure or renew such insurance and pay any and all 23 premiums in connection therewith, with any sums so expended to be repaid to the I24 Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset 25 against funds due the Contractor from the Contracting Agency. I26 27 J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of 28 the contract and no additional payment will be made. 29 I30 1-07.18(2) Additional Insured 31 All insurance policies, with the exception of Professional Liability and Workers Compensation, ' 32 shall name the following listed entities as additional insured(s): 33 ■ the Contracting Agency and its officers, elected officials, employees, agents, and 34 volunteers I35 The above-listectentities shall be additional insured(s) for the full available limits of liability 36 maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of 37 whether such linjits maintained by the Contractor are greater than those required by this I38 Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor 39 pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 40 I 41 1-07.18(3) Subcontractors 42 Contractor shall ensure that each subcontractor of every tier obtains and maintains at a 43 minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the I44 Contracting Agency, the Contractor shall provide evidence of such insurance. 45 46 1-07.18(4) Evidence of Insurance ' 47 The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and 48 endorsements for each policy of insurance meeting the requirements set forth herein when the 49 Contractor delivers the signed Contract for the work. The certificate and endorsements must I50 conform to the following requirements: • City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 45 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- ' as Additional Insureds showing the policy number. The Contractor may submit 3 07.18(2) O, 9 P cY Y 4 a copy of any blanket additional insured clause from its policies instead of a separate 5 endorsement. A statement of additional insured status on an ACORD Certificate of I su 6 Insurance shall not satisfy e9 this r uirement. 7 3. Any other amendatory endorsements to show the coverage required herein. 8 9 1-07.18(5) Coverages and Limits • 10 The insurance shall provide the minimum coverages and limits set forth below. Providing 11 coverage in these stated minimum limits shall not be construed to relieve the Contractor from 12 liability in excess of such limits. All deductibles and self-insured retentions must be disclosed 13 and are subject to approval by the Contracting Agency. The cost of any claim payments falling I 14 within the deductible shall be the responsibility of the Contractor. 15 16 1-07.18(5)A Commercial General Liability . ' 17 A policy of Commercial General Liability Insurance, including: 18 19 Per project aggregate 20 Premises/Operations Liability 21 Products/Completed Operations—for a period of one year following final acceptance of the 22 work. ' 23 Personal/Advertising Injury 24 Contractual Liability 25 Independent Contractors Liability ' 26 Stop Gap/ Employers'Liability 27 Explosion, Collapse, or Underground Property Damage (XCU) 28 Blasting (only required when the Contractor's work under this Contract includes exposures 29 to which this specified coverage responds) 30 31 Such policy must provide the following minimum limits: 32 $1,000,000 Each Occurrence 33 $2,000,000 General Aggregate 34 $1,000,000 Products&Completed Operations Aggregate 35 $1,000,000 Personal &Advertising Injury, each offence 36 37 Stop Gap/ Employers'Liability 38 $1,000,000 Each Accident 39 $1,000,000 Disease - Policy Limit 40 $1,000,000 Disease - Each Employee 41 42 1-07.18(5)B Automobile Liability 43 Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 44 endorsement and a CA 9948 endorsement attached if"pollutants"are to be transported. Such I 45 policy(ies) must provide the following minimum limit: 46 $1,000,000 combined single limit 47 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 46 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1-07.18(5)C Workers'Compensation 2 The Contractor shall comply with Workers'Compensation coverage as required by the Industrial 3 Insurance laws of the state of Washington. 4 5 1-07.18(5)F Excess or Umbrella Liability 6 (May 10, 2006 APWA GSP) 7 I8 The Contractor shall provide Excess or Umbrella Liability coverage at limits of 1 million per 9 occurrence and annual aggregate. This excess or umbrella liability coverage shall apply, at 10 a minimum, to both the Commercial General and Auto insurance policy coverage. I11 12 This requirement may be satisfied instead through the Contractor's primary Commercial 13 General and Automobile Liability coverage, or any combination thereof. 1 14 15 1-07.18(5)G Pollution Liability 16 (May 10, 2006 APWA GSP) 17 18 The Contractor shall provide a Pollution Liability policy, providing coverage for claims 19 involving bodily injury, property damage (including loss of use of tangible property that has I20 not been physically injured), cleanup costs, remediation, disposal or other handling of 21 pollutants, including costs and expenses incurred in the investigation, defense, or settlement 22 of claims arising out of: I23 • Contractor's operations related to this project; and/or 24 • Remediation, abatement, repair, maintenance or other work with lead-based paint or 25 materials containing asbestos; and/or I26 • Transportation of hazardous materials away from any site related to this project. 27 28 Such Pollution Liability policy shall provide the following minimum coverage: I29 $1,000,000.00 each loss and annual aggregate. 30 I31 1-07.18(5)H Professional Liability 32 (May 10, 2006 APWA GSP) 33 34 The Contractor and/or its Subcontractor and/or its design consultant providing construction • 35 management, value engineering, or any other design-related non-construction professional 36 services shall provide evidence of Professional Liability insurance covering professional errors 37 and omissions. Such policy must provide the following minimum limits: • $1,000,000 per Claim 38 39 If the scope of such design-related professional services includes work related to pollution 40 conditions, the Professional Liability insurance shall include Pollution Liability coverage. 41 I42 If insurance is on a claims made form, its retroactive date, and that of all subsequent renewals, 43 shall be no later than the effective date of this Contract. 44 I45 1-07.23 Public Convenience and Safety 46 47 1-07.23(1) Construction Under Traffic 48 Section 1-07.23(1) is supplemented with the following: 49 City of Federal Way RFB#15-003 ' S 324th Street Preservation Project Page 47 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 Revise the second paragraph to read: 2 3 To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass 4 through the work with the least possible inconvenience or delay. The Contractor shall 5 maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them ' 6 open, and in good, clean, safe condition at all times. Deficiencies caused by the 7 Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not 8 caused by the Contractor's operations shall be repaired by the Contractor when directed by 9 the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain 10 roads, streets, sidewalks, and paths adjacent to the project limits when affected by the 11 Contractor's operations. Snow and ice control will be performed by the Contracting Agency 12 on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's 13 expense. The Contractor shall perform the following: 14 1. Remove or repair any condition resulting from the work that might impede traffic or ' 15 create a hazard. 16 17 2. Keep existing traffic signal and highway lighting systems in operation as the work 18 proceeds. (The Contracting Agency will continue the route maintenance on such 19 system.) 20 21 3. Maintain the striping on the roadway at the Contracting Agency's expense. The 22 Contractor shall be responsible for scheduling when to renew striping, subject to the 23 approval of the Engineer. When the scope of the project does not require work on the 24 roadway, the Contracting Agency will be responsible for maintaining the striping. 25 26 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's 27 expense, except those damaged due to the Contractor's operations. 28 29 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing I 30 drainage structures will be at the Contracting Agency's expense when approved by the 31 Engineer, except when flow is impaired due to the Contractor's operations. 32 33 (January 2, 2012) 34 Work Zone Clear Zone 35 The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The I 36 WZCZ applies only to temporary roadside objects introduced by the Contractor's 37 operations and does not apply to preexisting conditions or permanent Work. Those 38 work operations that are actively in progress shall be in accordance with adopted and 39 approved Traffic Control Plans, and other contract requirements. 40 41 During nonworking hours equipment or materials shall not be within the WZCZ unless I 42 they are protected by permanent guardrail or temporary concrete barrier. The use of 43 temporary concrete barrier shall be permitted only if the Engineer approves the 44 installation and location. 45 46 During actual hours of work, unless protected as described above, only materials 47 absolutely necessary to construction shall be within the WZCZ and only construction 48 vehicles absolutely necessary to construction shall be allowed within the WZCZ or 49 allowed to stop or park on the shoulder of the roadway. 50 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 48 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 The Contractor's nonessential vehicles and employees private vehicles shall not be I2 permitted to park within the WZCZ at any time unless protected as described above. 3 4 Deviation from the above requirements shall not occur unless the Contractor has I5 requested the deviation in writing and the Engineer has provided written approval 6 7 Minimum WZCZ distances are measured from the edge of traveled way and will be I 8 determined as follows: 9 Regiulatory Distance 35 mph or less 10 * ' 40 mph 15 45 to 55 mph 20 60 mph or greater 30 II10 *or 2-feet beyond the outside edge of sidewalk 11 Minimum Work Zone Clear Zone Distance 12 I13 (January 5, 2015) 14 Lane closures are subject to the following restrictions: 15 Location;; Type .From . To' 5 324"'Street One lane closure 8:30 am 3:30 pm 16 • I17 All work outside the time listed in the above tables, must have all lanes open to traffic. 18 19 If the Engineer determines the permitted closure hours adversely affect traffic, the I20 Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing 21 of any change in the closure hours. • 22 I23 Lane closures are not allowed on any of the following: 24 25 1. A holiday, I26 27 2. A holiday weekend; holidays that occur on Friday, Saturday,Sunday or 28 Monday are considered a holiday weekend. A holiday weekend includes I29 Saturday, Sunday, and the holiday. 30 31 3. After *** 12:00 PM *** on the day prior to a holiday or holiday weekend, and 32 33 4. Before*** 12:00 PM *** on the day after the holiday or holiday weekend. 34 I 35 (February 14, 2005 NWR) • 36 Signs and Traffic Control Devices 37 All signs and traffic control devices for the permitted closures shall only be installed during I38 the specified hours. Construction signs, if placed earlier than the specified hours of closure, 39 shall be turned or covered so as not to be visible to motorists. 40 City of Federal Way RFB#'15-003 S 324th Street Preservation Project Page 49 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 Hours of Darkness 2 The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements ' 3 for operations during hours of darkness. Flagger stations shall be illuminated using a 4 minimum 150-watt floodlight. 5 6 Lighting used for nighttime work shall, whenever possible, be directed away from, or 7 , shielded from, residences and oncoming traffic. 8 ' 9 (March Z 2005 NWR) 10 Signal Turn-On 11' Signal turn-on for new or rebuilt control equipment will be permitted Monday through 12 Thursday, between 9:00 PM and 5:00 AM.the same day. . u Y, � Y 13 14 (March Z 2005 NWR) I 15 During signal turn-on, the Contracting Agency will provide City of Federal Way police 16 officer(s) to manually control intersections. 17 18 1-07.24 Rights of Way 19 ' (October.1, 2005APWA GSP) 20 21 Delete this section in its entirety, and replace it with the following: 22 23 Street right of way lines, limits of easements, and limits of construction permits are I 24 indicated in the Plans. The Contractor's construction activities shall be confined within these 25 limits, unless arrangements for use of private property are made. 26 27 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way 28 and easements, both permanent and temporary, necessary for carrying out the work. 29 Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's • 30 attention by a duly issued Addendum. 31 32 Whenever any of the work is accomplished on or through property other than public right of 33 way, the Contractor shall meet and fulfill all covenants and stipulations of any easement I , 34 agreement obtained by the Contracting Agency from the owner of the private property. 35 Copies of the easement agreements may be included in the Contract Provisions or made 36 available to the Contractor as soon as practical after they have been obtained by the t 37 Engineer. 38 39 Whenever easements or rights of entry have not been acquired prior to advertising, these 9 9 40 areas are so noted in the Plans. The Contractor shall not proceed with any portion of the 41 work in areas where right of way, easements or rights of entry have not been acquired until 42 the Engineer certifies to the Contractor that the right of way or easement is available or that ' 43 the right of entry has been rece iv ed. If t he Contractor is delayed due to acts of omission on on 44 the part of the Contracting Agency in obtaining easements, rights of entry or right of way, 45 the Contractor will be entitled to an extension of time. The Contractor agrees that such 46 delay shall not be a breach of contract. 47 48 Each property owner shall be given 48. hours notice prior to entry by the Contractor. This I 49 includes entry onto easements and private property where private improvements must be 50 adjusted. 51 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 50 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 The Contractor shall be responsible for providing,without expense or liability to the I 2 Contracting Agency, any additional land and access thereto that the Contractor may desire 3 for temporary construction facilities, storage of materials, or other Contractor needs. 4 However, before using any private property, whether adjoining the work or not, the I 5 Contractor shall file with the Engineer a written permission of the private property owner, 6 and, upon vacating the premises, a written release from the property owner of each 7 property disturbed or otherwise interfered with by reasons of construction pursued under I 8 this contract. The statement shall be signed by the private property owner, or proper 9 authority acting for the owner of the private property affected, stating that permission has 10 been granted to use the property and all necessary permits have been obtained or, in the I 11 case of a release, that the restoration of the property has been satisfactorily accomplished. MI 12 The statement shall include the parcel number, address, and date of signature. Written 13 releases must be filed with the Engineer before the Completion Date will be established. I14 15 Add the following new section: I16 1-07.28 Communication with Businesses and Property Owners 17 (January 11, 2014******) 18 The Contractor will be responsible for communicating all work activities with the property I19 owners. The Contractor, along with the City's inspector, shall have one formal meeting with 20 the managers of the business corridor. It will be the Contractor's responsibility to initiate 21 and set up the meeting. 1 22 23 Thereafter, the Contractor shall keep the businesses informed of their general locations and 24 activities for the upcoming two (2) months by distributing a monthly status/schedule memo I25 to the businesses. The memo shall be approved by the Engineer prior to distribution. 26 27 Payment for said meetings and communication shall be considered incidental to the project I28 and no additional payment will be made. 29 30 1-08 PROSECUTION AND PROGRESS ' 31 32 Add the following new section: 33 I34 1-08.0 Preliminary Matters 35 (May 25, 2006 APWA GSP) 36 I37 Add the following new section: 38 39 1-08.0(1) Preconstruction Conference I40 (October 10, 2008 APWA GSP) 41 42 Prior to the Contractor beginning the work, a preconstruction conference will be held I43 between the Contractor, the Engineer and such other interested parties as may be 44 invited. The purpose of the preconstruction conference will be: 45 1. To review the initial progress schedule; I46 47 2. To establish a working understanding among the various parties associated or 48 affected by the work; I 49 City of Federal Way RFB#15-003 ' S 324th Street Preservation Project Page 51 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 3. To establish and review procedures for progress payment, notifications, 2 approvals, submittals, etc.; , 3 4 4. To establish normal working hours for the work; 5 6 5. To review safety standards and traffic control; and 7 8 6. To discuss such other related items as may be pertinent to the work. 9 10 The Contractor shall prepare and submit at the preconstruction conference the 11 following: ' 12 1. A breakdown of all lump sum items; 13 14 2. A preliminary schedule of working drawing submittals; and 15 16 3. A list of material sources for approval if applicable. 17 18 Add the following new section: 19 20 1-08.0(2) Hours of Work 21 (December 8, 2014 APWA GSP) 22 23 Except in the case of emergency or unless otherwise approved by the Engineer, the normal I • 24 working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. 25 and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires 26 different than the normal working hours stated above, the request must be submitted in 27 writing prior to the preconstruction conference, subject to the provisions below. The 28 working hours for the Contract shall be established at or prior to the preconstruction 29 conference. ' 30 31. All working hours and days are also subject to local permit and ordinance conditions (such 32 as noise ordinances). • 33 • 34 If the Contractor wishes to deviate from the established working hours, the Contractor shall 35 submit a written request to the Engineer for consideration. This request shall state what I 36 hours are being requested, and why. Requests shall be submitted for review no later than 37 12:00 p.m. prior to the day(s) the Contractor is requesting to change the hours. 38 39 If the Contracting Agency approves such a deviation, such approval may be subject to 40 certain other conditions, which will be detailed in writing. For example: 41 1. On non-Federal aid projects, requiring the Contractor to reimburse the Contracting I 42 Agency for the costs in excess of straight-time costs for Contracting Agency 43 representatives who worked during such times. (The Engineer may require 44 designated representatives to be present during the work. Representatives who 45 may be deemed necessary by the Engineer include, but are not limited to: survey 46 crews; personnel from the Contracting Agency's material testing lab; inspectors; and 47 other Contracting Agency employees or third party consultants when, in the opinion 48 of the Engineer, such work necessitates their presence.) City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 52 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 2. Considering the work performed on Saturdays, Sundays, and holidays as working 2 days with regard to the contract time. 3 3. Considering multiple work shifts as multiple working days with respect to contract 4 time even though the multiple shifts occur in a single 24-hour period. I5 4. If a 4-10 work schedule is requested and approved the non-working day for the 6 week will be charged as a working day. I7 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and 8 recorded properly on certified payroll 9 I10 1-08.1 Prosecution and Progress 11 12 1-08.1 Subcontracting I13 Section 1-08.1 is supplemented with the following: 14 15 (October 12, 1998) I16 Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall 17 submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement 18 between the Contractor and the subcontractor or between the subcontractor and any lower I19 tier subcontractor has been executed. This certification shall also guarantee that these 20 subcontract agreements include all the documents required by the Special Provision 21 Federal Agency Inspection. • 22 23 A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under 24 the contract until the following documents have been completed and submitted to the • 25 Engineer: 26 27 1. Request to Sublet Work(Form 421-012), and I28 , 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for 29 Federal-aid Projects (Form 420-004). 30 I31 The Contractor's records pertaining to the requirements of this Special Provision shall be 32 open to inspection or audit by representatives of the Contracting Agency during the life of 33 the contract and for a period of not less than three years after the date of acceptance of ' 34 the contract. The Contractor shall retain these records for that period. The Contractor 35 shall also guarantee that these records of all Subcontractors and lower tier Subcontractors 36 shall be available and open to similar inspection or audit for the same time period. 37 • 38 1-08.1(1)Subcontract Completion and Return of Retainage Witheld 39 I40 Section 1-08.1(1) is revised to read: 41 42 (August 4, 2014) I43 The following procedures shall apply to all subcontracts entered into as a part of this Contract: 44 45 Requirements I46 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor 47 not later than ten days after receipt of payment from the Contracting Agency for 48 work satisfactorily completed by the Subcontractor, to the extent of each 49 Subcontractor's interest therein. I50 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 53 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 2. Prompt and full payment of retainage from the Prime Contractor to the 2 Subcontractor shall be made within 30 days after Subcontractor's Work is 3 satisfactorily completed. 4 5 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed 6 when all task and requirements of the Subcontract have been accomplished and 7 including any required documentation and material testing. 8 9 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements 10 may result in one or more of the following: 11 12 a. Withholding of payments until the Prime Contractor or Subcontractor complies 13 14 b. Failure to comply shall be reflected in the Prime Contractor's Performance 15 Evaluation 16 17 c. Cancellation, Termination, or Suspension of the Contract, in whole or in part 18 19 d. Other sanctions as provided by the subcontract or by law under applicable 20 prompt pay statutes. 21 22 Conditions 23 This clause does not create a contractual relationship between the Contracting Agency and 24 any Subcontractor as stated in Section 1-08.1. Also, it is not intended to bestow upon any 25 Subcontractor, the status of a third-party beneficiary to the Contract between the 26 Contracting Agency and the Contractor. 27 28 Payment 29 The Contractor will be solely responsible for any additional costs involved in paying 30 retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. 31 32 1-08.4 Prosecution of Work • 33 I this section in its entirety, and replace it with the following: 34 Delete th s tY, p 9 35 36 1-08.4 Notice to Proceed and Prosecution of Work 37 (June 27, 2011 APWA GSP) 38 39 Notice to Proceed will be given after the Contract has been executed and the contract bond 40 and evidence of insurance have been approved and filed by the Contracting Agency. The 41 Contractor shall not commence with the work until the Notice to Proceed has been given by 42 the Engineer. The Contractor shall commence construction activities on the project site I 43 within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The 44 Contractor shall diligently pursue the work to the physical completion date within the time 45 specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor • 46 shall not relieve the Contractor of the responsibility to complete the work within the time(s) 47 specified in the Contract. 48 49 When shown in the Plans, the first order of work shall be the installation of high visibility 50 fencing to delineate all areas for protection or restoration, as described in the Contract. 51 Installation of high visibility fencing adjacent to the roadway shall occur after the placement 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 54 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon I2 construction of the fencing, the Contractor shall request the Engineer to inspect the fence. 3 No other work shall be performed on the site until the Contracting Agency has accepted the 4 installation of high visibility fencing, as described in the Contract. ▪ 5 • 6 1-08.5 Time for Completion 7 (August 14, 2013 APWA GSP, Option A) I8 9 Revise the third and fourth paragraphs to read: 10 I11 Contract time shall begin on the first working day following the Notice to Proceed Date. 12 13 Each working day shall be charged to the contract as it occurs, until the contract work is ' 14 physically complete. If substantial completion has been granted and all the authorized 15 working days have been used, charging of working days will cease. Each week the • 16 Engineer will provide the Contractor a statement that shows the number of working days: ' 17 (1) charged to the contract the week before; (2) specified for the physical completion of the 18 contract; and (3) remaining for the physical completion of the contract. The statement will 19 also show the nonworking days and any partial or whole day the Engineer declares as I20 unworkable. Within 10 calendar days after the date of each statement, the Contractor shall 21 file'a written protest of any alleged discrepancies in it. To be considered by the Engineer, 22 the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and I23 amount of time disputed. By not filing such detailed protest in that period, the Contractor 24 shall be deemed as having accepted the statement as correct. If the Contractor is approved 25 to work 10 hours a day and 4 days a week(a 4-10 schedule) and the fifth day of the week I26 in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth 27 day of that week will be charged as a working day whether or not the Contractor works on 28 that day. 29 I30 Revise the sixth paragraph to read: 31 32 The Engineer will give the Contractor written notice of the completion date of the contract I33 after all the Contractor's obligations under the contract have been performed by the 34 Contractor. The following events must occur before the Completion Date can be ▪ 35 established: I 36 1. The physical work on the project must be complete; and 37 2. The Contractor must furnish all documentation required by the contract and required by I38 law, to allow the Contracting Agency to process final acceptance of the contract. The 39 following documents must be received by the Project Engineer prior to establishing a 40 completion date: I41 a. Certified Payrolls(per Section 1-07.9(5)). 42 b. Material Acceptance Certification Documents • 43 c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the 44 Contract Provisions. 45 d. Final Contract Voucher Certification • ▪ 46 e. Copies of the approved "Affidavit of Prevailing Wages Paid"for the Contractor and all • 47 Subcontractors 48 f. Property owner releases per Section 1-07.24 I49 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 55 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1 (January 11, 2015) 2 This project shall be physically completed within 45 working days 3 4 1-08.9 Liquidated Damages 5 (August 14, 2013 APWA GSP) 6 7 Revise the fourth paragraph to read: 8 9 When the Contract Work has progressed to Substantial Completion as defined in the 10 Contract, the Engineer may determine that the work is Substantially Complete. The 11 Engineer will notify the Contractor in writing of the Substantial Completion Date. For I 12 overruns in Contract time occurring after the date so established, the formula for liquidated 13 damages shown above will not apply. For overruns in Contract time occurring after the 14 Substantial Completion Date, liquidated damages shall be assessed on the basis of direct 15 engineering and related costs assignable to the project until the actual Physical Completion 16 Date of all the Contract Work. The Contractor shall complete the remaining Work as 17 promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a I 18 written schedule for completing the physical Work on the Contract. 19 20 1-09 MEASUREMENT AND PAYMENT 21 22 1-09.2(1)General Requirements for Weighing Equipment 23 (December 8, 2014 APWA GSP, Option 2) 24 25 Revise item 4 of the fifth paragraph to read: 26 27 4. Test results and scale weight records for each day's hauling operations are provided to 28 the Engineer daily. Reporting shall utilize WSDOT form 422-027, Scaleman's Daily 29 Report, unless the printed ticket contains the same information that is on the Scaleman's 30 Daily Report Form. The scale operator must provide AM and/or PM tare weights for 31 each truck on the printed ticket. 32 33 1-09.6 Force Account 34 (October 10, 2008 APWA GSP) 35 36 Supplement this section with the following: 37 38 The Contracting Agency has estimated and included in the Proposal, dollar amounts for all 39 items to be paid per force account,only to provide a common proposal for Bidders. All such 40 dollar amounts are to become a part of Contractor's total bid. However, the Contracting 41 Agency does not warrant expressly or by implication that the actual amount of work will 42 correspond with those estimates. Payment will be made on the basis of the amount of work 43 actually authorized by Engineer. 44 45 1-09.7 Mobilization , 46 (January 11, 2014*****) 47 48 Section 1-09.7 is supplemented with the following: 49 50 The Contractor shall arrange and provide the construction equipment staging area. This 51 area must be approved by the City of Federal Way, Community Development Department. 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 56 2015 Special Provisions to Standard Specifications • RFB ver. 1-08 1 Sites chosen near residential properties can expect severe restrictions on noise and I 2 allowable work hours. 3 4 Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and I 5 other general operations shall be the responsibility of the Contractor. All costs associated 6 with securing sites shall be included in the bid item "Mobilization" and no other 7 compensation will be made for this item. The Contractor will provide City with copy(s) I 8 agreement(s). 9 10 Payment is made under the following item: ' 11 12 "Mobilization"per lump sum. 13 ▪ 14 The lump sum bid price for "Mobilization" shall include, but not be limited to, the following 15 items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to 16 the project site; the establishment of his office, buildings,and other facilities necessary for I17 work on the project; providing sanitary facilities for the Contractor's personnel; obtaining 18 . permits or licenses required to complete the project not furnished by the Owner; and other 19 work and operations which must be performed or costs that must be incurred. ▪ 20 III 21 1-09.9 Payments 22 (March 13, 20.12 APWA GSP) ▪ 23 24 Delete the first four paragraphs and replace them with the following: 25 I26 The basis of payment will be the actual quantities of Work performed according to the 27 Contract and as specified for payment. 28 I29 The Contractor shall submit a breakdown of the cost of lump sum bid items at the 30 Preconstruction Conference, to enable the Project Engineer to determine the Work 31 performed on a monthly basis. A breakdown is not required for lump sum items that ' 32 include a basis for incremental payments as part of the respective Specification. Absent a 33 lump sum breakdown, the Project Engineer will make a determination based on information 34 available. The Project Engineer's determination of the cost of work shall be final. ▪ 35 II 36 Progress payments for completed work and material on hand will be based upon progress 37 estimates prepared by the Engineer. A progress estimate cutoff date will be established at I38 the preconstcuction conference. 39 40 The initial progress estimate will be made not later than 30 days after the Contractor I41 commences the work, and successive progress estimates will be made every month 42 thereafter until the Completion Date. Progress estimates made during progress of the work 43 are tentative, and made only for the purpose of determining progress payments. The I44 progress estimates are subject to change at any time prior to the calculation of the final 45 payment. 46 47 The value of the progress estimate will be the sum of the following: 48 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of ▪ 49 work completed multiplied by the unit price. • City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 57 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum 2 breakdown for that item, or absent such a breakdown,. based on the Engineer's 3 determination. 4 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or 5 other storage area approved by the Engineer. ' 6 4. Change Orders — entitlement for approved extra cost or completed extra work as 7 determined by the Engineer. 8 I 9 Progress payments will be made in accordance with the progress estimate less: 10 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 11 2. The amount of progress payments previously made; and 12 3. Funds withheld by the Contracting Agency for disbursement in accordance with the 13 Contract Documents. 1 14 15 Progress payments for work performed shall not be evidence of acceptable performance or 16 an admission by the Contracting Agency that any work has been satisfactorily completed. 17 The determination of payments under the contract will be final in accordance with Section 18 1-05.1. 19 20 1-09.9(1)Retainage 21 Section 1-09.9(1)content and title is deleted and replaced with the following: 22 • 1 23 (June 27, 2011) 24 Vacant 25 ' 26 1-10 TEMPORARY TRAFFIC CONTROL 27 28 (******) 29 1-10.1 General 30 Section 1-10.1 is supplemented with the following: 31 '32 If the Contractor opts to utilize traffic control plans other than those provided in these 33 Contract Documents, the Contractor shall provide traffic control plans to the City of Federal 34 Way for review and approval a minimum of ten (10) working days prior to implementation. I 35 These plans shall supplement Construction Staging Plans. The plans as provided by the 36 Contractor shall include and not be limited to the following information: 37 • Stop bar locations with station and offset to verify safety of intersection turning 38 radius for vehicles. 39 • Minimum lane widths provided for vehicular travel. 40 • Turn pocket length, gap and tapers in conformance with the City of Federal Way 41 Standard Detail DWG 3-19A, and WSDOT standard plans. 42 43 The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise 44 specified as being furnished by the Contracting Agency. The Contractor shall erect and 45 maintain all construction signs, warning signs, detour signs, and other traffic control devices 46 necessary to warn and protect the public at all times from injury or damage as a result of 47 the Contractor's operations which may occur on highways, roads, streets, sidewalks, or 48 paths. No work shall be done on or adjacent to any traveled way until all necessary signs 49 and traffic control devices are in place. ' City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 58 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 I 2 City of Federal Way Project Signs 3 4 City of Federal Way Project signs shall be considered Construction Signs Class A. The I 5 Contractor shall provide two (2) project signs per the standard detail within the appendix. 6 7 Supplement with the following: I8 9 Traffic control and maintenance for the safety of the traveling public on this project shall be 10 the sole responsibility of the Contractor and all methods and equipment used will be subject I11 to the approval of the City. 12 13 1-10.2 Traffic Control Management • ▪ 14 II 15 1-10.2(1)General 16 I17 Section 1-10.2(1) is supplemented with the following: 18 19 (December 1, 2008) I20 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the 21 State of Washington. The Traffic Control Supervisor shall be certified by one of the 22 following: I23 24 The Northwest Laborers-Employers Training Trust 25 27055 Ohio Ave. 26 Kingston, WA 98346 • 27 (360) 297-3035 28 I29 Evergreen Safety Council 30 401 Pontius Ave. N. 31 Seattle,WA 98109 32 1-800-521-0778 or I 33 (206) 382-4090 34 35 The American Traffic Safety Services Association I36 15 Riverside Parkway, Suite 100 37 Fredericksburg, Virginia 22406-1022 38 Training Dept.Toll Free (877) 642-4637 I39 Phone: (540) 368-1701 40 41 1-10.2(2)Traffic Control Plans 42 Section 1-10.2(2) is supplemented with the following: 43 The following minimum Traffic Control requirements shall be maintained during the I44 construction of the project: 45 • The Contractor shall maintain continuous two-way traffic along streets throughout the 46 project site. The Contractor shall have the option, with the approval of the Engineer, of ▪ 47 momentarily interrupting the continuous two-way traffic to allow one-way traffic. Such ▪ 48 interruptions shall utilize qualified flaggers placed in strategic locations to insure the 49 public safety and minimize driver confusion. A momentary interruption shall be defined City of Federal Way RFB#15-003 324th Street Preservation Project Page 59 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 1 1 as a period of time not to exceed two (2) minutes. Regardless of the period of time no 2 queue greater than ten (10) cars in length will be allowed. 3 • The Contractor shall be responsible for notifying all affected property owners prior to 4 commencing the barricading of streets, sidewalks and driveways. 5 • All business driveways shall remain open except as necessary to permit curing of 6 construction materials or for short periods of time as required for excavations. 'However, 7 at least one (1) driveway per business shall remain open to vehicular traffic at all times 8 unless otherwise approved by the Engineer and affected property owner in writing. If a 9 business has only one driveway, then that driveway must be constructed one-half at a 10 time to allow the passage of vehicles. The amount of time that a driveway can be closed 11 will be limited. Business owners shall be notified in writing at least 48 hours in advance 12 of any planned driveway closures. 13 • Signs and barricades shall be supplemented by lanterns or flasher units during the hours 14 of darkness. 15 • Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic 16 during the life of this contract shall be placed by the Contractor immediately upon 17 request by the Engineer. In addition, cuts made in the traveled lanes or on walkways 18 that are paved will be temporarily patched with hot mix and maintained daily until such 19 time as a permanent patch can be made. Payment for crushed surfacing, gravel and 20 asphalt will be paid at their respective bid items, as included in the contract. 21 • Detours will not be allowed except as noted herein or Section 1-07.23(2) as amended. 22 • Drivers of motor vehicles used in connection with the construction shall obey traffic rules 23 posted for such location in the same manner and under the same restrictions as 24 provided for the drivers of private vehicles. 25 • The Contractor shall, at all times throughout the project, conduct the work in such a 26 manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as 27 possible. The streets, sidewalks and private driveways shall be kept open by the 28 Contractor except for the brief periods when actual work is being done. The Contractor 29 shall so conduct his operations so as to have under construction no greater length or 30 amount of work than he can prosecute vigorously and he shall not open up sections of 31 the work and leave them in an unfinished condition. See Section 1-07.23(1) for 32 additional driveway closure requirements. 33 • The Contractor shall provide traffic cones, barricades and drums, with warning lights in I 34 sufficient number and in good condition as required to protect the work and the public 35 throughout the length of the job. Traffic Safety Drums with flashers in addition to 36 temporary striping will be used to channelize traffic through construction zones. 37 Opposing lanes of traffic will be separated by pylons when clearance for drums is not 38 adequate. All signing and channelization shall be per current MUTCD standards. 39 • Temporary paint striping, reflective marking tape, and/or retroreflective tubular markers I 40 shall be required for each shift of traffic control. The Contractor shall provide temporary Q p po ry 41 striping, reflective marking tape, and/or retroreflective tubular markers as required at 42 the direction of the Engineer. Paint, reflective marking tape, and/or retroreflective 43 tubular markers used for temporary striping shall meet the requirement of Section 8-23 44 of these Special Provisions. 45 • The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, I 46 tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed 47 by the preparer. 48 1 49 Special Conditions 50 51 South 324th Street Traffic Requirements ' City of Federal Way RFB#15-003 S 324th`Street Preservation Project Page 60 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 • One lane of traffic may be closed at a time between the hours of 8:30 a.m to 3:30 I 2 p.m. 3 • Except as noted above, no lane closures are allowed between the hours of 6:00 a.m 4 to 8:30 a.m and 3:30 p.m to 9:00 p.m on weekdays. I 5 • All business accesses will remain open during business hours. 6 • Pedestrians must have access to pedestrian push buttons at all times. 7 ' • The Contractor shall maintain at least one continuous ADA accessible pedestrian I 8 walkway throughout the project at all times. 9 • Bus stops shall remain ADA accessible to pedestrians at all times throughout the 10 project. 11 • 12 1-10.3 Traffic Control Labor, Procedures and Devices 13 I 14 1-10.3(1)Traffic Control Labor II 15 Section 1-10.3(1) is supplemented with the following: I16 The City shall reimburse the Contractor for the use of off duty uniformed police officers 17 at the invoiced cost per Standard Specifications 1-09.6 Force Account. 18 I19 • The Contractor shall request uniformed off-duty police officers from the City of Federal 20 Way Police Department, (253) 661-6701. The request shall be made forty-eight (48) 21 hours before the use of the off-duty police officers on the project site. A minimum three 22 (3) hours call out time shall be paid by the Contractor for each request for off-duty I23 police officers. It shall be the Contractor's responsibility to arrange a work schedule to 24 minimize any additional costs incurred by the minimum three (3) hour call out 25 requirement. No reimbursement of any portion of the minimum callout will be allowed I26 where Contractor-made schedule revisions occur after an off duty officer has been 27 procured. 28 I29 Off Duty Uniformed Police Officer will be required only when the signal system is in 30 flashing mode or is not operational or otherwise approved by the project engineer. 31 I32 1-10.3(3) Traffic Control Devices 33 Section 1-10.3(3) is supplemented with the following: I 34 c******1 • 35 The following devices are deemed compliant with the crashworthiness requirements of 36 NCHRP 350 and are approved for use on the project: I37 38 Approved Category II Devices 39 I40 Type I&II Barricades 41 42 Manufacturer Model Number I43 WLI Industries Safety Cade Type II 44 Bent Manufacturing Unicade 45 Bent Manufacturing Waffle Barricade • I46 Bent Manufacturing Type II Plywood or Plastic Panel 47 Eastern Metal Type I &II Barricades 48 Plasticade Products Fibercade Type II I49 Plasticade Products Plasticade Type II City of Federal Way RFB#15-003 • s 324 th Street Preservation Project Page 61 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 Dicke Tool Company Type I Plastic Barricade 2 TrafFix Devices, Inc. Plastic Folding Type I Barricade I 3 The Roadmaker Company Type II Plastic Barricade 4 Three D Traffic Works, Inc. TD2000 Works Barricade 5 . Protection Services, Inc. Type I &II Barricades I 6 Flex-O-Lite Type I Barricade 7 United Rentals Highways Type I &II Barricades 8 Bureau of Highway Safety Penn. Type III Barricade I 9 The Cortina Companies Type I Plastic Barricades 10 11 Type III Barricades I 12 13 Manufacturer Model Number 14 Bent Manufacturing Type III Barricade I 15 Recycled Plastic Products Hollow Core Plastic Barricade 16 Yodock Wall Company. Yodock 2001m Type III Barricade 17 Cantel of Medford, Inc. EZ-UP Type III Barricade I 18 Davidson Plastics Corp. T3B Type III Barricade 19 20 Approved Portable Signs and Stands I 21 22 Manufacturer Model Number 23 Montana DOT DWG# 618-02 (Plywood) 24 WLI SafetyCor Sign System (Plastic) I 25 Texas DOT Skid Mounted Sign Support (Plywood) 26 Reflexite/Eastern Metals DF 400 & DF 4700 TX (Endurance plastic) 27 (Aluminum signs are not approved for use with the above listed stands at this time 28 29 Wood Sign Posts I 30 Use the below charts to determine post size for Class A construction signs. 31 32 One Post Installation I 33 34 Post Size Min. Sign Sq. Ft. Max. Sign Sq. Ft. 35 4x4 - 16.0 36 4x6 17.0 20.0 I 37 6x6 21.0 25.0 38 6x8 26.0 31.0 39 I 40 Two Post Installation 41 (For signs 5 feet or greater in width) 42 ' 43 4x4 - 16.0 44 4x6 17.0 36.0 45 6x6 37.0 46.0 I 46 6x8 47.0 • 75.0 * 47 48 *The Engineer shall determine post size for signs greater than 75 square feet. I 49 50 (******) 51 Section 1-10.3(3) of the Standard Specifications are revised to read as follows: I City of Federal Way RFB#15-003 S 324d Street Preservation Project Page 62 2015 Special Provisions to Standard Specifications , RFB ver. 1-08 1 2 All signs required by the approved traffic control plan(s) as well as any other appropriate 3 signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall 4 provide the posts or supports and erect and maintain the signs in a clean, neat, and I 5 presentable condition until the necessity for them has ceased. All non-applicable signs shall 6 be removed or completely covered with metal, plywood, or an Engineer approved product 7 specifically manufactured for sign covering during periods when they are not needed. When I 8 the need for these signs has ceased, the Contractor upon approval of the Engineer, shall 9 remove all signs, posts, and supports from the project and they shall remain the property of 10 the Contractor. 11 12 All orange background signs shall utilize materials, and be fabricated in accordance with, 13 Section 9-28. All new orange background signs and all W20-7a "Flagger Ahead" signs shall I14 be fabricated with Type IV or Type VII fluorescent orange sign sheeting. 15 All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the ' 16 twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. 17 There shall be no intermixing of signs with non-fluorescent orange reflective sign sheeting 9 9 9 9 18 and signs with fluorescent orange reflective sign sheeting on the same sign post. ' 19 Construction signs will be divided into two classes. Class A construction signs are those 20 signs that remain in service throughout the construction or during a major phase of the I21 work. They are mounted on posts, existing fixed structures, or substantial supports of a 22 semi-permanent nature. Sign and support installation for Class A signs shall be in 23 accordance with the Contract Plans or the Standard Plans. Class B construction signs are 24 those signs that are placed and removed daily, or are used for short durations which may 25 extend for one or more days. They are mounted on portable or temporary mountings. In 26 the event of disputes, the Engineer will determine if a construction sign is considered as a I27 Class A or B construction sign. 28 If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on 29 impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a • 30 maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the 31 ground. I32 Payment for setup and take down of Class B signs will be limited to the labor cost to do the 33 work described in Section 1-10.3(1), and for transportation described in Section 1-10.3(2). I34 Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer 35 deems to be unacceptable while their use is required on the project, shall be replaced by 36 the Contractor without additional compensation. 37 Traffic Safety Drums shall be used to delineate driveways and access locations to private 38 properties within the work zone. I39 (******) 40 1-10.3(7) Temporary Pavement Marking 41 Section 1-10.3(7) is a new section 42 43 All costs in connection with the use of reflective traffic tape as temporary pavement markings 44 shall be incidental to other bid items. I45 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 63 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 Description 2 The Contractor shall install and remove approved 4-inch-wide reflective traffic tape, paint 3 line, RPMs and pavement markings per City of Federal Way Standard Details DWG - 3-17, I 4 DWG - 3-18, and DWG - 3-19, as shown on the Plans, specified in the Special Provisions 5 for this Contract, or as directed by the Engineer. Temporary pavement markings shall be 6 removed after the installation of permanent lane marking is approved in writing by the I p 9 pP 9 Y 7 Project Engineer. 8 I 9 Materials 10 Materials for temporary pavement markings shall be selected from approved materials listed 11 in the Special Provisions of this Contract. I 12 13 Preliminary Spotting 14 The Contractor is responsible for preliminary spotting (layout work) of the lines before I 15 marking begins. The City may provide pavement marking layout work for the Contractor if 16 existing workloads permit, but all costs incurred by the City in providing layout work at the 17 Contractor's request shall be charged to the Contractor. . I 18 19 Temporary Pavement Markings 20 Temporary pavement markings shall be installed and maintained by the Contractor ' 21 whenever permanent pavement markings are included in the Contract and traffic is released 22 onto public streets or roadways prior to installation of permanent pavement markings. The 23 Contractor shall perform preliminary layout work to the satisfaction of the Project Engineer I 24 prior to installation of the temporary pavement markings. The temporary pavement 25 markings shall be installed and maintained to the satisfaction of the Project Engineer until 26 the permanent pavement markings are installed and approved in writing by the Project I 27 Engineer. After approval of permanent lane markings, the Contractor shall remove the 28 temporary lane markings to the satisfaction of the Project Engineer. 29 I 30 Appropriately colored 4-inch-wide reflective traffic tape shall be installed with a skip pattern 31 based on a 10-foot unit consisting of a 1 foot line of tape and a 9-foot gap, unless otherwise 32 specified on the Plans or in the Special Provisions for this Contract. Reflective traffic tape 33 markings shall generally follow the alignment for the permanent pavement markings and 9 Y 9 Pe p 9 9 I 34 double lines shall be used when specified for the permanent pavement markings. Reflective 3 eS pe P P 9 i 35 tape shall not be used when the temporary pavement markings are to be exposed to traffic 36 for more than 2 weeks without the written approval of the Project Engineer. ' 37 38 The Contractor shall provide paint lines per Sections 8-22 and 9-34, and RPMs per Sections I 39 8-09 and 9-21, at the direction of the Engineer for temporary pavement markings for 40 construction staging. Paint lines shall be provided for temporary pavement markings for any 41 conditions not applicable for reflective tape. Paint lines and RPMs for temporary pavement 42 markings shall be paid under "Temporary Pavement Marking" and "Temporary Raised • 43 Pavement Markers". 44 45 1-10.4 Measurement I 46 47 1-10.4(2) Item Bids with Lump Sum for Incidentals 48 I I City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 64 2015 Special Provisions to Standard Specifications I RFB ver. 1-08 1 (January 13, 2014******) I2 Section 1-10.4(2) is supplemented with the following: 3 4 No specific unit of measurement will apply to the force account item "Off Duty Uniformed I5 Police Officers". 6 "Flaggers and Spotters"will be measured by the hour. Hours will be measured for each I 7 hour that active flagging and/or spotting is required on site, with a minimum of four hours 8 each shift. I9 "Traffic Control Supervisor"will be measured by the hour. Hours will be measured for each 10 hour that is required to set up and take down temporary traffic control elements. 11 "Other Traffic Control Labor"will be measured by the hour. 1 12 No specific unit of measurement will apply to the lump sum item of"Other Temporary Traffic 13 Control . I14 15 "Construction Signs, Class A"will be measured by the square foot of panel area for each 16 sign designated on an approved Traffic Control Plan as Class A or for each construction sign I17 installed as ordered by the Engineer and designated as Class A at the time of the order. 18 Class A signs may be used in more than one location and will be measured for each new 19 installation. I20 "Sequential Arrow Sign"will be measured by the hour for the time that each sign is 21 operating as shown on an approved Traffic Control Plan. 111 I 22 "Portable Changeable Message Sign"will be measured by the day for the time that each 23 sign is operating as shown on an approved Traffic Control Plan. I24 1-10.5 Payment 25 26 "Off Duty Uniformed Police Officer", per force account. I27 "Traffic Control Supervisor", per hour. 28 "Flaggers and Spotters", per hour. 29 30 The unit Contract price, when applied to the number of units measured for this item in I31 accordance with Section 1-10.4(2), shall be full compensation for all costs incurred by the 32 Contractor in performing the Contract Work defined in Section 1-10.3(1)A. I33 "Other Traffic Control Labor", per hour. 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 by • 36 the Contractor in performing the Contract Work specifically mentioned for this item in 37 Section 1-10.4(2). I38 "Construction Signs Class A", per square foot. 39 The unit Contract price, when applied to the number of units measured for this item in 40 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials 41 and equipment incurred by the Contractor in performing the Contract Work described in 42 Section 1-10.3(3)A. In the event that"Do Not Pass"and"Pass With Care"signs must be left I43 in place, a change order, as described in Section 1-04.4, will be required. When the Bid City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 65 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 . 1 Proposal contains the item "Sign Covering", then covering those signs indicated in the 2 Contract will be measured and paid according to Section 8-21. , 3 "Sequential Arrow Sign", per hour. 4 The unit Contract price, when applied to the number of units measured for this item in 1 5 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials 6 and equipment incurred by the Contractor in performing the Contract Work described in 7 Section 1-10.3(3)B. • 8 "Portable Changeable Message Sign", per day. 9 The unit Contract price, when applied to the number of units measured for this item in 10 accordance with Section 1-10.4(2), shall be full compensation for all costs of labor, materials 11 and equipment incurred by the Contractor in procuring all portable changeable message 1 12 signs required for the project and for transporting these signs to and from the project. 13 "Other Temporary Traffic Control", lump sum. 14 The lump sum Contract payment shall be full compensation for all costs incurred by the p ICY Pe Y 15 Contractor in performing the Contract Work defined in Section 1-10, and which costs are not 16 compensated by one of the above-listed items. 17 18 END OF DIVISION 1 1 i 1 i 1 i 1 1 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 66 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 DIVISION 2 I 2 EARTHWORK 3 4 2-01 CLEARING, GRUBBING,AND ROADSIDE CLEANUP I5 6 2-01.3 Construction Requirements 7 ▪ 8 2-01.3(4)Roadside Cleanup I 9 Section 2-01.3(4) is supplemented with the following: 10 11▪ 11 (January 5, 1998) 12 Clearing and grubbing shall be performed within the limits shown on the plans. 13 ▪ 14 2-01.4 Measurement ▪ 15 Section 2-01.4 is supplemented with the following: 16 ' 17 (January 11, 2014 ******) 18 No specific unit of measurement will apply to the force account item of"Roadside aeanup". 19 I20 2-01.5 Payment 21 Section 2-01.5 is supplemented with the following: 22 • 23 (January 11, 2014******) 24 "Roadside Cleanup", by force account as provided in Section 1-09.6. 25 • 26 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS I 27 28 2-02.3 Construction Requirements I29 Section 2-02.3 is supplemented with the following: 30 31 The removal and disposal of facilities indicated shall be conducted in such a manner as not I32 to damage utilities, or any portion of improvements that are to remain in place. Any 33 damage caused by the Contractor and his operations shall be repaired, replaced, or 34 otherwise properly restored to the satisfaction of the Engineer at no cost to the Owner. I35 36 Disposal shall be in accordance with Section 2-01 of the Standard Specifications and these 37 Special Provisions. 38 39 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters 40 Section 2-02.3(3) is supplemented with the following: I41 42 (January 11, 2015******) 43 1. All broken-up pieces shall become the property of the Contractor and shall be 44 removed from the project. I45 46 2. Prior to removal, the Contractor shall make a full-depth vertical sawcut between any 47 sidewalk, curb ramp or curb and gutter that is to remain and the portion to be I48 removed. The sawcut shall be at the nearest joint to form a neat line for removal 49 from the project site. 50 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 67 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 3. Replace at no expense to the City and to the satisfaction of the Project Engineer any 2 existing pavement, sidewalk, curb ramp, or curb and gutter designated to remain I 3 that is damaged during the removal operation. 4 5 4. The Contractor shall make a neat full depth vertical sawcut in the existing pavement 6 at a minimum distance of one (1) foot from the curb and gutter to be removed to 7 provide a large enough area to build to curb and place and compact a pavement 8 section. The approximate thickness of the existing asphalt concrete pavement in the 9 roadway varies. Contractor's attention is also drawn to Section 8-04.3 of the Special 10 Provisions. See standard plans for details. 11 I 12 5. The equipment and procedures used to make the full-depth sawcut shall be 13 approved by the Project Engineer. No waste water from the sawcutting operation 14 shall be released directly to any stream or storm sewer system. I 15 16 6. Extra care shall be taken to protect existing traffic loops that are to remain, when 17 removing and replacing curb and gutter. Any traffic loops damaged by the I 18 Contractor shall be replaced at the Contractor's expense. 19 20 7. Pedestrian and wheel chair access to sidewalks must be maintained to one side of ' 21 each street at all times. The Contractor shall only remove and replace existing 22 cement concrete sidewalk(s), curb and gutter(s) or wheel chair ramp(s) at one 23 quadrant of an intersection at a time. If it is not possible to restrict access to one I 24 side quadrant of a street, the contractor must provide proper wheelchair accessible 25 pedestrian detours, per the MUTCD, around closed sidewalk areas. 26 I 27 8. The Contractor shall remove and dispose existing Rectangular Rapid Flashing Beacon 28 (RRFB) Foundation (normal 18 inch diam. x 3 feet) on S 324th St at Sta. 18+42.5 29 prior planing and paving. The pavement shall be restored with 100%CSTC and 4" I 30 HMA Cl. 1/2"PG 62-22. All work shall be paid under Removal.of Structure and 31 Obstruction. 32 I 33 9. The Contractor shall remove, preserve, and store existing Rectangular Rapid Flashing 34 Beacon (RRFB) unit for installation after final wearing course. The Contractor shall 35 make any bolts extension necessary to reinstall the RRFB,unit to the base. Any I 36 RRFB units damaged by the Contractor shall be replaced at the Contractor's expense. 37 Work will be paid under Rectangular Rapid Flashing Beacon (RRFB) Installation, I 38 Complete. 39 40 10. The Contractor shall remove Asphalt Conc. Islands at Sta. 5+98 and Sta. 18+25 per I 41 Section 2-02. Work will be paid under Removal of Asphalt Conc. Island. 42 43 (January 11, 2015******) 1 44 2-02.3(4) Asphalt Concrete Sawcut 45 46 Where shown on the Plans or where directed by the Project Engineer, the Contractor shall make I 47 a neat, full-depth vertical saw cut at the boundaries of the area to be removed. Care shall be 48 taken when sawcutting as not to damage any of the existing pavement to remain in place. Any 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 68 2015 Special Provisions to Standard Specifications I RFB ver. 1-08 1 pavement damaged by the Contractor due to his operations shall be repaired or replaced by him I 2 at his own expense. 3 4 Where the Contractor chooses to use grinding or pulverizing to remove asphalt concrete II 5 pavement, the vertical line left by grinding or pulverizing shall be considered equivalent to a 6 sawcut, but in that case no separate payment shall be made for sawcut. 7 I 8 (January 11, 2015******) 9 2-02.3(5)Adjust Existing Utility to Grade 10 11 As shown on the Plans, existing utilities such as monuments, manholes, catch basin frames and 12 grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall 13 familiarize himself with the existing utility locations prior to the beginning of any work. The I14 Contractor shall adjust City-owned utilities. Final adjustment shall be smooth and flush with 15 finished grade. The Contractor shall mark the location of all utilities prior to paving the new 16 surface. Unless otherwise provide in the Special Provisions and Proposal, costs for adjusting 17 utilities to grade, including coordinating the work with other utilities, shall be incidental to the II 18 various items of work and no additional compensation will be allowed. 19 20 Existing facilities shall be adjusted to the finished grade as shown on the Plans and as further 21 specified herein: Existing box, ring, grate, and cover shall be reset in a careful and workmanlike 22 manner to conform to the new grade. Special care shall be exercised in all operations. Any t 23 damage occurring to the manholes, concrete catch basins, monument cases, valve boxes, or 24 water mains, due to the Contractor's operations, shall be repaired at the Contractor's own 25 expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior P 26 of the manhole adjustment shall be mortared smoothly. All covers and frames shall be 27 thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of 28 such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes III 29 encountered, and shall submit a copy of these references to the Project Engineer. 30 31 The manholes, catch basins, monument cases, and valve boxes shall be adjusted to grade in 32 accordance with Section 1-05.3(1). 1 33 34 2-02.4 Measurement II35 Section 2-02.4 issupplemented with the following: 36 ,� 37 Removal of asphalt concrete pavement and base associated with the Removal of Cement I38 Conc. Curb and Gutters, will not be measured, but will be considered as part of"Removal 39 Cement Conc. Curb and Gutter"and "Cement Conc. Curb Ramp': 40 41 Sawcutting sidewalks, driveways, curb and gutters will be incidental to the removal of those ' 42 items. Sawcutting for Cement Conc. Curb Ramp shall be incidental to "Cement Conc. Curb 43 Ramp", per each. 44 I45 Sidewalk, driveway, curb ramp, extruded curb, traffic curb or curb and gutter removal shall 46 be measured and paid for as provided for under the appropriate bid items in Sections 8-04 47 and 8-14 of the Special Provisions. 1 48 49 Removal of RRFB Foundation will be measured per lump sum. 50 City of Federal Way RFB#15-003 3241 Street Preservation Project Page 69 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 1 1 Rectangular Rapid Flashing Beacon (RRFB) Installation, Complete will be measured per 2. each. 3 4 Removal of Cement Conc. Curb and Gutter will be measured per linear foot. 5 6 Removal of Cement Conc. Type A Curb will be measured per linear foot. 7 8 Removal of Cement Conc. Type C Traffic Curb will be measured per linear foot. 9 10 Removal of Cement Conc. Sidewalk will be measured per square yard. 11 12 2-02.5 Payment 13 Section 2-02.5 is supplemented with the following: 14 15 Payment will be made for each of the following bid items that are in the proposal: 16 17 "Sawcutting", per linear foot, the contract bid price shall be for a full-depth sawcut. 18 "Removing Cement Conc. Type A Curb", per linear foot. 19 "Removing Cement Conc. Curb and Gutter", per linear foot. 20 "Removing Cement Conc. Sidewalk', per square yard. 21 "Removal of Rectangular Rapid Flashing Beacon Foundation", per lump sum. 22 "Removing Type C Traffic Curb", per linear foot. 23 "Rectangular Rapid Flashing Beacon (RRFB) Installation, Complete", per each. 24 "Removing of Asphalt Conc. Islands", per square yard. 25 26 The contract bid prices, induding all incidental work, shall be full compensation for all labor, 27 material, tools, disposal fees, and equipment necessary to satisfactorily complete the work 28 as defined in these Special Provisions, including properly disposing of the removed materials 29 off-site and leaving what is to remain in good condition. 30 31 2-03 ROADWAY EXCAVATION AND EMBANKMENT 32 33 2-03.1 Description 34 Section 2-03.1 is supplemented with the following: 35 36 Roadway excavation shall include excavation for patching. 37 38 2-03.3(14)7 Gravel Borrow Including Haul 39 Section 2-03.3(14) is supplemented with the following: 40 41 Where pavement repair patching or island is called for, either as shown on the Plans or as 42 directed by the Engineer, it is the intent to excavate to a depth shown on the Plans as the I 43 bottom of the crushed surfacing top course. 44 45 Where and if the Engineer determines that unstable subgrade material exists below this I 46 depth, the Engineer may direct the Contractor to excavate an additional depth to stabilize 47 the area. 48 ' 49 When an excavation depth exceeds the bottom of the proposed crushed surfacing top 50 course, the area below the crushed surfacing top course shall be backfilled with "Crushed 51 Surfacing Top Course"for Pavement Repair and Islands. ' City of Federal Way RFB#15-003 S 324' Street Preservation Project Page 70 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I I 2 2-03.4 Measurement 3 Section 2-03.4 is supplemented with the following: 4 I 5 "Roadway Excavation Incl. Haul" measurement for roadway excavation including haul shall 6 be in accordance with Section 2-03.4 of the Standard Specifications. 7 I8 2-03.5 Payment 9 Section 2-03.5 is supplemented with the following: 10 ' 11 "Roadway Excavation Incl. Haul" shall be paid by the cubic yard, neat line measure. No 12 separate payment will be made for haul or wasting excavated material. 13 I14 2-07 WATERING 15 16 2-07.5 Payment 17 Section 2-07.5 is supplemented with the following: • 18 19 All costs for providing and applying water shall be considered incidental to and included in ▪ 20 the unit contract prices for the various items involved. ▪ 21 22 END OF DIVISION 2 23 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 71 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 2 DIVISION 3 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 4 5 3-01 PRODUCTION FROM QUARRY AND PIT SITES 6 1 - 7 Material Sources Contractor Furnished M a 3-01.4 Co 8 Section 3-01.4 is supplemented with the following: 9 10 No source has been provided for any materials necessary for the construction of this 11 improvement. 12 13 If the sources of material provided by the Contractor necessitates hauling over roads other 14 than City streets, the Contractor shall, at his own cost and expense, make all arrangements I 15 for the use of the haul routes. 16 17 3-01.6 Payment 18 Section 3-01.6 is supplemented with the following: 19 20 Any work performed by the Contractor under Division 3 shall be considered incidental to the I 21 furnishing of materials. All cost of acquiring, producing, and placing this material shall be 22 incidental to and included in the unit contract prices for the various items involved. 23 24 END OF DIVISION 3 25 1 1 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 72 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 DIVISION 4 I2 BASES 3 4 Wherever specifications are made for "Pavement Repair and Roadway Widening" in the 5 following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening". 6 7 4-04 BALLAST AND CRUSHED SURFACING 1 8 9 (January 11, 2014*****) 10 Crushed surfacing shall be accomplished in accordance with Section 4-04 of the Standard I11 Specifications. 12 13 4-04.4 Measurement II 14 Section 4-04.4 is supplemented with the following: • 15 16 "Crushed surfacing Top Course"will be measured by the ton. II 17 ▪ 18 4-04.5 Payment 19 Section 4-04.5 is supplemented with the following: 20 ▪ 21 Payment will be made for the following bid items: 22 "Crushed Surfacing Top Course; per ton. 23 ▪ 24 END OF DIVISION 4 1 1 . City of Federal Way RFB#15-003 S 324th Street Preservation Project . Page 73 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 DIVISION 5 2 SURFACE TREATMENTS AND PAVEMENTS 3 4 5-04 HOT MIX ASPHALT 5 6 5-04.1 Description 7 8 Section 5-04.1 is supplemented with the following: 9 10 Asphalt concrete pavement shall be used at the following locations on the project: 11 I 12 1. HMA CL. 1/2" PG 64-22: For all asphalt concrete roadway overlay construction per 13 the Typical Roadway section details on the Plans. 14 2. HMA CL. 1/2" PG 64-22 for preleveling: For all asphalt concrete roadway overlay I 15 preleveling construction per the Typical Roadway section details on the Plans. 16 3. HMA CL. 1/2" PG 64-22 for pavement repair: For all asphalt concrete roadway P P Y P 17 reconstruction per the Typical Roadway section details on the Plans. 18 19 5-04.2 Materials 20 Section 5-04.2 is revised to read: 21 22 (January 11, 2015) 23 Materials shall meet the requirements of the following sections: 24 25 Asphalt Binder 9-02.1(4) 26 Cationic Emulsified Asphalt 9-02.1(6) 27 Anti-Stripping Additive 9-02.4 28 Warm Mix Asphalt Additive 9-02.5 29 Aggregates 9-03.8 30 Recycled Asphalt Pavement 9-03.8(3)B 31 Mineral Filler 9-03.8(5) 32 Recycled Material 9-03.21 33 34 The Contract documents may establish that the various mineral materials required for the 35 manufacture of HMA will be furnished in whole or in part by the Contracting Agency. 36 If the documents do not establish the furnishing of any of these mineral materials by the ' 37 Contracting Agency, the Contractor shall be required to furnish such materials in the 38 amounts required for the designated mix. Mineral materials include coarse and fine 39 aggregates, and mineral filler. 40 41 The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt 42 shingles'(RAS) in the production of HMA.The RAP may be from pavements removed under 43 the Contract, if any, or pavement m aterial from an existing stockpile.ile. 44 The RAS may from reclaimed shingles. 45 46 If greater than 20 percent of the total weight of HMA is RAP or any amount of RAS is 47 utilized in the production of.HMA, the Contractor shall sample and test the RAP and 48 MS during stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for the 49 determination of the asphalt binder content and WSDOT FOP for WAQTC/AASHTO T 27/T. 50 11 for the gradation of the aggregates. The RAP shall be sampled and tested at a frequency 51 of one sample for every 1,000 tons produced and not less than ten samples per project. The ' City of Federal Way RFB#15-003 S 324x`Street Preservation Project Page 74 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 RAS shall be sampled and tested at a frequency of one sample for every 100 tons produced I 2 and not less than ten samples per project. The asphalt content and gradation test data shall 3 be reported to the Contracting Agency prior to or when submitting the mix design. If 4 utilized, the amount of RAS shall not exceed 5-percent of the total weight of the HMA. The I 5 Contractor shall include the RAP and RAS as part of the mix design as defined in these , 6 Specifications. 7 I8 The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder. 9 from different sources is not permitted. For HMA with either a RAP percentage greater than 10 20 percent of the total weight or any amount of RAS the actual grade of the final blended ' 11 asphalt binder (after inclusion of RAP, RAS, new asphalt binder and recycling agent) shall 12 not exceed the grade of asphalt binder required by the Contract and comply with the 13 requirements of Section 9-02.1(4). The actual grade of the new binder and the final blended ' 14 asphalt binder shall be verified in accordance with AASHTO R 29 and reported to the 15 Contracting Agency when submitting the mix design for evaluation. 16 17 The Contractor may use warm mix asphalt(WMA) processes in the production of HMA with II 18 a RAP percentage of 20 percent of the total weight or less. WMA processes shall not be 19 used in the production of HMA with a RAP percentage greater than 20 percent of the total I20 weight or any amount of RAS. The Contractor shall submit to the Engineer for approval the 21 process that is proposed and how it will be used in the manufacture of HMA. 22 23 When the Contracting Agency provides aggregates or provides a source for the production • 24 of aggregates, the Contract Provisions will establish the approximate percentage of asphalt 25 binder required in the mixture for each class of HMA. I26 27 Production of aggregates shall comply with the requirements of Section 3-01. 28 29 Preparation of stockpile site,the stockpiling of aggregates, and the removal of aggregates 30 from stockpiles shall comply with the requirements of Section 3-02. 31 32 5-04.2(9-02.1) Asphalt Material,General 33 Section 9-02.1 is supplemented with the following: 34 35 (August 4, 2014) I36 The recycling agent used to rejuvenate the recovered asphalt from recycled asphalt pavement 37 (RAP) and reclaimed asphalt shingles (RAS) shall meet the specifications in Table 1: ITabled RA 1 RA 5 RA 25 ASTM Test Test Method Min. Max. Min. Max. Min. Max. • ASTM D2170 or D2171, I Viscosity @ 140°F ASSHTO T cSt 201 or T 202 50 150 200 800 _ 1000 4000 ASTM D 92, ' Flashpoint COC, °F AASHTO T 48 400 400 400 ASTM • Saturates, Wt. % D2007 30 30 30 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 75 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I ASTM D 70 or 1298 I Specific Gravity AASHTO T 228 Report Report Report Tests on Residue ASTM D 2872 from RTFO AASHTO T 240 I Viscosity Ratio' 3 3 3 Mass Change ± % 4 4 4 'Viscosity Ratio= RTFO Viscosity © 140°F, cSt I Original Viscosity @ 140°F, cSt 1 2 HMA Test RequiremenLs I 3 Section 9-03.8(2) after the first paragraph is revised to read: 4 5 (March 3, 2014) I 6 The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and fine 7 aggregate within the limits set forth in Section 9-03.8(6) and mixed in the laboratory with 8 the designated grade of asphalt binder, using the Superpave gyratory compactor in I 9 accordance with WSDOT FOP for AASHTO T 312, and at the required gyrations for N initial, 10 N design, and N maximum with the following properties: 11 1.1 ' .1 C _b:�G __ t. , -- FA , .a� i 1'i' v i 6n. " ,,_ 10104 i- sU Voids in Mineral Aggregate(VMA), % 15.0 14.0 13.0 ® 12.0 Voids Filled With As$halt FA , % I ESAL's millions VFA < 0.3 70 80 70 80 70 80 67 80 0.3 to < 3 65 78 65 78 65 78 65 78 , 3 to< 10 73 76 65 75 65 75 65 75 10 to < 30 73 76 65 75 65 75 65 75 ' z 30 73 76 65 75 65 75 65 75 Dust/As shalt Ratio 0.6 1.6 0.6 1.6 0.6 1.6 0.6 1.6 'Hamburg Wheel-Track Testing, I WSDOT FOP for AASHTO T 324 Rut Depth (mm) d©15,000 Passes 10 10 10 10 I Hamburg Wheel-Track Testing, WSDOT FOP for AASHTO T324 I Number of Passes with no Stri••in• Inflection Point 1,500 1,500 1,500 1,500 Indirect Tensile(IDT)Strength (psi) of Bituminous Materials I WSDOT FOP for ASTM D 6931 175 175 175 • 175 12 I City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 76 2015 Special Provisions to Standard Specifications ' RFB ver. 1-08 < 0.3 591.5 96 598.0 I % Gmm 0.3 to <3 5_ 90.5 96 598.0 3 5_ 89.0 96 598.0 < 0.3 6 50 75 IL ' 0.3 to < 3 7 75 115 Gyratory 3 to< 30 8 100 160 Compaction(num I ber of• rations k 30 9 125 205 1 2 The mix criteria VMA and VFA only apply to HMA accepted by statistical evaluation. 3 ., 4 The mix criteria for Hamburg Wheel-Track Testing and Indirect Tensile Strength of 5 Bituminous Materials do not apply to HMA accepted by commercial evaluation. 67 When material is being produced and stockpiled for use on a specific contract or for a future 8 contract, the uncompacted void content, fracture, and sand equivalent requirements shall I . 9 apply at the time of stockpiling.When material is used from a stockpile that has not been 10 tested as provided above,the Specifications for uncompacted void content, fracture, and 11 sand equivalent shall apply at the time of its introduction to the cold feed of the mixing I12 plant. 13 14 5-04.2(9-03.8(3)B) Gradation —Recycled Asphalt Pavement and Mineral Aggregate 15 Section 9-03.8(3)B is supplemented with the following: • 16 17 (August 6, 2012) I18 For HMA with a RAP percentage greater than 20 percent of the total weight the RAP shall be 19 processed to ensure that 100 percent of the material passes a sieve twice the size of the 20 maximum aggregate size for the class of mix to be produced. II 21 ▪ 22 When RAS is used in the production of HMA the RAS shall be milled, crushed or processed 23 to ensure that 100 percent of the material passes the 1/2 inch sieve. Extraneous materials in I24 RAS such as metals, glass, rubber, soil, brick, tars, paper, wood and plastic shall not exceed 25 2.0 percent by mass as determined on material retained on the No. 4 sieve. 26 ' 27 5-04.2(9-03.21(1))General Requirements 28 Section 9-03.21(1) is supplemented with the following: 29 ' 30 (August 2, 2012) 31 Reclaimed asphalt shingles samples shall contain less than the maximum percentage of 32 asbestos fibers based on testing procedures and frequencies established in conjunction with I33 the specifying jurisdiction and state or federal environmental regulatory agencies. 34 35 5-04.3 Construction Requirements • I36 37 5-04.3(1) HMA Mixing Plant City of Federal Way RFB#15-003 S 324'Street Preservation Project Page 77 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1 Section 5-04.3(1) is supplemented with the following: 2 3 (November 12, 2012) 4 6. Equipment for Processing RAP and RAS.When producing HMA for mix designs with 5 greater than 20 percent of the total weight RAP or any amount of RAS the HMA plant shall I 6 be equipped with screens or a lump breaker to eliminate oversize RAP/RAS particles from 7 entering the pug mill or drum mixer. 8 '9 5-04.3(3)A Material Transfer Device / Vehicle 10 (January 16, 2014 APWA GSP) 11 12 The first paragraph of this section is revised to read: 13 14 Additionally, a material transfer device or vehicle (MTD/V) is not required at the following I 15 location S 324th Street. 16 17 5-04.3(5) Conditioning of Existing Surface 18 19 5-04.3(5)A Preparation Of Existing Surfaces 20 Section 5-04.3(5)A is supplemented with the following: I 21 22 • In accordance with Section 1-07.15(1) Spill Prevention, Control and Countermeasures 23 Plan(SPCC), as part of the SPCC the Contractor shall address the mitigating measures to I 24 be taken in the event that the paving operation is suspended or terminated prior to the 25 asphalt for tack coat being fully covered. • 26 27 5-04.3(7) Preparation of Aggregates 28 Section 5-04.3(7) is revised to read: 29 30 (August 6, 2012******) 31 The aggregates, RAP and MS shall be stockpiled according to the requirements of Section 32 3-02. Sufficient storage space shall be provided for each size of aggregate, RAP and RAS. I 33 The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of 34 preventing the agglomeration of RAS particles. The aggregates, RAP and MS shall be 35 removed from stockpile(s) in a manner to ensure a minimum of segregation when being 36 moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall 37 be kept separated until they have been delivered to the HMA plant. 38 39 5-04.3(7)A Mix Design 40 Section 5-04.3(7)A is supplemented with the following: 41 • 42 (January 11, 2015******) 43 The Contractor shall provide the City a mix design for all specified classes of mix and binder 44 type that has been approved by WSDOT within the last 12 months. The mix design(s) shall 45 have met all the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor shall also I 46 provide documentation that the aggregates and binder used are the same as those used to 47 meet the requirements for the WSDOT approved mix design. In no case shall the Contractor 48 begin paving before the City has approved the submitted mix design(s). 49 50 5-04.3(7)A1. General 51 Section 5-04.3(7)A1 is supplemented with the following: City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 78 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • 1 2 (January 6, 2014) ▪ 3 For mix designs with greater than 20 percent of the total weight RAP or any amount of RAS 4 the Contractor shall develop a mix design including RAP, RAS, recycling agent and new • 5 asphalt binder. The mix design aggregate structure, RAP, RAS, recycling agent and new 6 asphalt binder content shall be determined in accordance with Materials Manual WSDOT 7 Standard Operating Procedure No. 732 and meet the requirements of Sections 9-03.8(2) I8 and 9-03.8(6). The total quantity of asphalt binder contributed from the RAP and RAS shall 9 not exceed 40 percent of the total asphalt binder content of the HMA. Once the RAP and 10 RAS stockpiles have been constructed the Contractor shall extract, recover and test the ,' 11 asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling 12 agent and/or grade of new asphalt binder needed to meet the grade of asphalt binder 13 required by the contract. The asphalt extraction testing shall be performed in accordance I14 with AASHTO T 164 or ASTM D 2172 using reagent grade trichloroethylene. The asphalt 15 recovery shall be performed in accordance with AASHTO T 170, ASTM D 1856. The 16 recovered asphalt residue shall be tested in accordance with AASHTO R 29 to determine the ▪ 17 asphalt binder grade in accordance with Section 9-02.1(4). Once the recovered asphalt 18 binder grade is determined the percent of recycling agent and/or grade of new asphalt 19 binder shall be determined in accordance with ASTM D 4887. The final blend of recycling I20 agent, recovered and new asphalt shall be tested in accordance with AASHTO R 29 to 21 confirm that it meets the grade of asphalt binder required by the contract in accordance 22 with Section 9-02.1(4). All recovered and blended asphalt binder test data shall be reported I23 to the Contracting Agency prior to or when submitting the mix design for evaluation. 24 25 5-04.3(7)A2 Statistical or Nonstatistical Evaluation I26 Section 5-04.3(7)A2 is revised to read: 27 28 (March 3, 2014) I29 Mix designs shall be submitted to the Project Engineer on WSDOT Form 350-042. For a mix 30 design that was originally developed for another WSDOT contract, the Contractor shall also 31 submit WSDOT Form 350-041 and include all changes to the job mix formula that have 32 been approved on other contracts. 33 34 The Contractor shall have the option to submit a mix design either with or without test data I35 for Hamburg Wheel-Track Testing and Indirect Tensile Strength of Bituminous Materials as 36 follows: 37 38 1. For a mix design that the Contractor provides Hamburg Wheel-Track Testing and I39 Indirect Tensile Strength of Bituminous Materials test results the Contractor shall 40 include the test data file generated by the wheel-tracking device with the mix design 41 submittal. I42 2. For each mix design, including mix designs that are resubmitted, that does not 43 include the test data for Hamburg Wheel-Track Testing and Indirect Tensile Strength 44 of Bituminous Materials the Contracting Agency will deduct $2,500 from any monies I45 due or that may come due the Contractor under the Contract. 46 47 For mix designs with 20 percent or less total weight RAP and no RAS, the Contractor shall I48 submit representative samples of the mineral materials that are to be used in the HMA 49 production. The Contracting Agency will use these samples to evaluate the mix design and 50 determine the anti-strip requirements, if any, in accordance with Section 9-03.8(2). I51 Evaluation of HMA mix designs proposed by the Contractor that include 20 percent or less City of Federal Way RFB#15-003 S 324'h Street Preservation Project Page 79 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 total weight RAP and no RAS will be completed without the inclusion of the RAP; therefore, 2 submittal of RAP samples is not required. If the Contracting Agency's evaluation of a mix 3 does not meet the requirements of Section 9-03.8(2) for Hamburg Wheel-Track Testing and 4 Indirect Tensile Strength of Bituminous Materials the Contractor shall develop and submit a 5 new mix design. 6 7 Mix designs with greater than 20 percent of the total weight RAP or any amount of RAS 8 shall be submitted to the Project Engineer for evaluation. The Contractor shall submit I 9 representative samples of the mineral materials, RAP, RAS and 100 grams of recovered 10 asphalt residue from the RAP and RAS that are to be used in the HMA production. The- 11 Contracting Agency will use the recovered asphalt residue samples to conduct testing of the I 12 final blended asphalt binder in accordance with Section 9-02.1(4). The Contracting Agency 13 will use the mineral aggregate, RAP and RAS to evaluate the mix design and determine the 14 anti-strip requirements, if any, in accordance with Section 9-03(8)2. The mix design will be 15 rejected if the results of testing by the Contracting Agency of the final blended asphalt 16 binder fails to meet the requirements of Section 9-02.1(4) or the mix design including RAP 17 and/or RAS fails to meet the AASHTO T 324 (Hamburg Wheel-Track Testing) or ASTM D 18 6931 (Indirect Tensile Strength) requirements of Section 9-03.8(2) or is not within the 19 tolerances in Section 9-03.8(7). 20 21 A mix design evaluation report will be provided within 25 calendar days after a mix design 22 submittal has been received in the State Materials Laboratory in Tumwater. No paving shall 23 begin prior to issuance of the mix design evaluation report or reference mix design 24 evaluation report for that year. 25 26 5-04.3(8)Mixing 27 Section 5-04.3(8) is supplemented with the following: 28 29 (January 6, 2014) 30 The following requirements shall apply to mix designs with greater than 20 percent of the 31 total weight RAP or any amount of RAS: 32 33 After the required amounts of mineral materials, RAP, RAS, new asphalt binder and asphalt 34 rejuvenator have been introduced into the mixer the HMA shall be mixed until a complete 35 and uniform coating of the particles and a thorough distribution of the asphalt binder 36 throughout the mineral materials, RAP and RAS is ensured. 37 38 When discharged, the temperature of the HMA shall not exceed the optimum mixing 39 temperature by more than 25°F as shown on the mix design evaluation report or as • 40 approved by the Engineer. Storing or holding of the HMA in approved storage facilities will 41 be permitted during the daily operation but in no event shall the HMA be held for more than 42 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA • 43 shall be disposed of by the Contractor at 1no expense to the Contracting Agency. The 44 storage facility shall have an accessible device located at the top of the cone or about the 45 third point. The device shall indicate the amount of material in storage. No HMA shall be 46 accepted from the storage facility when the HMA in storage is below the top of the cone of 47 the storage facility, except as the storage facility is being emptied at the end of the working 48 shift. • 49 50 Recycled asphalt pavement(RAP) and reclaimed asphalt shingles (RAS) utilized in the 51 production of HMA shall be sized prior to entering the mixer so that a uniform and • City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 80 2015 Special Provisions to Standard Specifications • RFB ver. 1-08 1 thoroughly mixed HMA is produced. If there is evidence of the RAP or RAS not breaking I 2 down during the heating and mixing of the HMA, the Contractor shall immediately suspend 3 production of HMA until changes have been approved by the Project Engineer. 4 I5 5-04.3(8)A Acceptance Sampling and Testing— HMA Mixture 6 7 5-O4.3(8)A7,Test Section— HMA Mixtures I8 Section 5-04.3(8)A7 is supplemented with the following: 9 10 (January 6, 2014) I11 The following requirements shall apply to mix designs with greater than 20 percent RAP by 12 weight or RAS: 13 I14 For each class of HMA accepted by statistical evaluation, the Contractor shall construct a 15 test section to determine whether the mixture meets the requirements of Sections 9-03.8(2) 16 and 9-03.8(6). The test section shall be constructed at the beginning of paving and will be ' 17 at least 600 tons and a maximum of 1,000 tons or as approved by the Project Engineer. No 18 further wearing or leveling HMA will be paved on any of the four calendar days following the 19 construction of the test section. The mixture in the test section will be valuated as a lot with I20 a minimum of three sublots required. If more than one test section is required, each test 21 section shall be a separate lot. 22 23 For a test section to be acceptable the pay factor(PF) for gradation, asphalt binder and Va 24 shall be 0.95 or greater for each constituent and the remaining test requirements in Section 25 9-03.8(2) (dust/asphalt ratio, sand equivalent, uncompacted void and fracture) shall I. conform to the requirements of that section. When the pay factor for any item is less than 27 0.95 the Contractor shall make adjustments to the mixture in accordance with Section 9- 28 03.8(7) and construct a new test section. The Project Engineer may waive the requirement I29 for the construction of a new test section. 30 31 5-04.3(14) Planing Bituminous Pavement I32 Section 5-04.3(14) is supplemented with the following: 33 34 (January 5, 2004 ******) 35 The Contractor shall perform the planing operations no more than seven(7) calendar days I36 ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the 37 Engineer in writing. 38 39 5-04.3(16) Weather Limitations 40 The first sentence of Section 5-04.3(16) is revised to read: 41 I42 (August 3, 2009) 43 HMA for wearing course shall not be placed on any travelled way from October 15th and 44 through March 31s` of the following year without written approval from the Engineer. 45 46 (******) 47 5-04.3(22)Temporary Pavement I48 Section 5-04.3(22) is added: 49 50 Temporary pavement is required to open areas to traffic during construction. These areas I51 include the voids created by the removal of existing traffic islands and curbing, paving over City of Federal Way RFB#15-003 S 3241 Street Preservation Project Page 81 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1I 1 excavated roadway and utility trenches to provide paved access to private properties, and 2 ramps for property access during cement concrete approach construction. Temporary 1 3 pavement shall be hot mix asphalt concrete pavement. All temporary paving shall be placed 4 with a minimum thickness of 2 inches. All temporary paving shall be approved by the 5 Engineer before placement. Any areas of temporary pavement to be removed and replaced I 6 shall be approved by the Engineer before placement. This work shall also include the 7 removal of the temporary pavement prior to paving of final asphalt concrete pavement. 8 9 Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the 10 traveled way. Whether temporary or permanent, saw cut and treat edges with CSS-1 11 asphalt emulsion and apply a minimum 3-inch pavement depth or match existing, whichever • 12 is greater. Also, fill voids created by the removal of existing traffic islands and curbing; 13 paving over excavated roadway to temporary access to adjacent properties, and ramps for 14 property access during concrete approach construction. 15 16 Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the 17 traveled way. The cold mix shall be approved by the Engineer and placed in a 2-inch I 18 minimum thickness. Placement of temporary pavement without prior approval of the 19 Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any 20 areas of temporary pavement to be removed and replaced require prior approval by the I 21 Engineer. This work shall include the removal of the temporary pavement prior to paving of 22 final asphalt concrete pavement. 23 24 (******) 25 5-04.3(23) Asphalt Concrete Islands 26 27 (May 13, 2015******) 28 Asphalt Concrete Islands 29 '30 Cement Concrete Extruded Curb, Type 6 shall be installed per plans and details for Asphalt 31 Concrete Islands. 32 33 A minimum of four (4) inches of CSTC, compacted to ninety-five (95%) percent density shall 34 be placed inside of cement concrete extruded curb for the construction of Asphalt Concrete 35 Islands. , 36 37 Two inches (2") HMA Class 1/2 in. PG 64-22 (compacted depths), and match top of cement 38 concrete extruded curb for the construction of Asphalt Concrete Islands. See standard 39 plans for details. 40 41 If any section of curb and gutter, mountable cement concrete curb or extruded concrete 42 curb is damaged due to vandalism, such as writing, by vehicles or pedestrians, the entire 43 section, between joints, shall be removed and replaced, at no cost to the City. 44 45 5-04.4 Measurement 46 HMA Cl. _ PG . HMA for Cl. — PG , and Commercial HMA will be measured by 47 the ton in accordance with Section 1-09.2, with no deduction being made for the weight of 48 asphalt binder, blending sand, mineral filler, or any other component of the mixture. If the I 49 Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material 50 removed will not be measured. 51 ' City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 82 2015 • Special Provisions to Standard Specifications RFB ver. 1-08 1 Planing bituminous pavement will be measured by the square yard. I2 3 Section 5-04.4 is supplemented with the following: 4 I5 (September 5, 2006) 6 No specific unit of measurement will apply to the calculated item of asphalt cost price 7 adjustment. 1 8 9 (*****) 10 Section 5-04.4 is supplemented with the following: • 11 12 Temporary pavement will be measured by the ton of material actually placed, with no deduction 13 being made for the weight of liquid asphalt, blending sand, mineral filler, or any other I14 component of the mixture. 15 Asphalt Concrete Islands will be measured as HMA Cl. '/z in PG 64-22 for Pavement Repair, per I16 ton per section 5-04. 17 18 Crushed Surfacing Top Course will be measured by the ton per section 4-04. 19 20 Removing Asphalt Concrete Islands will be measured by square yard per section 2-02. 21 22 5-04.5 Payment I 23 Section 5-04.5 is supplemented with the following: 24 25 (January 11, 2014) I26 Pavement will be made per the Standard Specifications, for each of the following bid items 27 that are include in the proposal: I28 29 "Planing Bituminous Pavement", per square yard. 30 "HMA CI. 1/2 in. PG 64-22", per ton. 31 "HMA Cl. 1/2 in. PG 64-22 for preleveling", per ton. I32 "HMA CL 1/2 in. PG 64-22 for Pavement Repair", per ton. 33 "Asphalt Conc. Islands", per HMA Cl. 1/2 In. PG 64-22 for Pavement Repair ton. 34 I35 The contract bid prices above, including all incidental work shall be full compensation for all 36 prime coat, tack.lcoat, labor, materials, tools and equipment necessary to satisfactorily complete 37 the work as defined in the Standard Specifications and the Special Provisions. I38 39 5-04.5(1)Quality Assurance Price Adjustments 40 Delete Section 504.5(1) in its entirety. I41 42 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 43 Delete Section 5-04.5(1)A in its entirety. I44 45 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 46 Delete Section 5-04.5(1)B in its entirety. 47 48 END OF DIVISION 5 49 DIVISION 7 I50 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY City of Federal Way RFB#15-003 S 324' Street Preservation Project Page 83 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 SEWERS, WATER MAINS,AND CONDUITS 2 3 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 4 5 Adjustments and repair of manholes and catch basins shall be in accordance with Section 7-05 I 6 of the Standard Specifications except as modified hereinafter. 7 8 7-05.3(1) Adjusting Manholes, Catch Basins to Grade 9 Section 7-05.3(1) is supplemented with the following: 10 11 (January 11, 2015******) I 12 Manholes, valves, catch basins, and other structures shall not be adjusted to final grade 13 until the adjacent pavement is completed, at which time the center of each structure shall 14 be carefully relocated from references previously established by the Contractor. The asphalt I 15 concrete pavement shall be removed to a neat circular shape for manholes and a neat 16 rectangular shape for catch basins in accordance with City Standard Drawing 3-55. The 17 edge of the cut shall be 1.5 feet from the outside edge of the cast iron frame of the 18 structure. The base materials and crushed rock shall be removed. The manhole and catch 19 basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall 20 remain operational and accessible. Pavement shall be HMA Cl. 1/2 in PG 64-22 or I 21 Commercial HMA placed in accordance with City Standard Drawing 3-55. 22 23 The Contractor shall adjust the manholes and catch basins with pre-cast grade rings and 24 mortar, or with rubber adjustment riser as required. Metal adjustment rings shall not be 25 used. If more than three grade rings are required to adjust a manhole to final grade, 26 including existing grade rings, the Contractor shall remove the existing cone section, install 27 a pre-cast manhole section of sufficient height to limit the number of grade rings to a 28 maximum of three, and reinstall the cone section prior to paving operations. Cover and 29 grate frames shall be secured to structure permanently. 30 31 The edges of the removed asphalt pavement and the outer edge of the reset frame shall be 32 painted with asphalt for tack coat. Commercial Hot Mix Asphalt top course shall then be I 33 placed and properly compacted to finished grade. The Hot Mix Asphalt (HMA) top course 34 shall meet the requirements of Section 5-04 of the Standard Specifications. The joint 35 between the patch and existing pavement shall then be painted with asphalt for tack coat 36 and immediately covered with dry paving sand before the asphalt for tack coat solidifies. ' 37 38 ]unction boxes shall be adjusted to the final grade of surrounding finished surface. 39 Conduits and wiring entering the junction box shall be sufficiently exposed to allow the box • ' 40 to be adjusted. 41 42 7-05.3(2) Abandon Existing Manholes 43 Section 7-05.3(2) is supplemented with the following: 44 45 The requirements of this section shall also apply to abandoning existing catch basins. 46 Abandonment of existing catch basins shall be conducted in such a manner to prevent 47 damage to surrounding facilities including any existing storm drainage, sanitary sewer, ' 48 electrical conduits or other facilities to remain. All remaining facilities including storm 49 drainage, sanitary sewer and electrical conduits damaged due to the Contractors operations City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 84 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost I2 to the Contracting Agency. 3 Backfilling of catch basins to be abandoned and replaced shall not be performed until the I 4 new catch basin is installed in accordance with Section 7-05 of the Standard Specifications 5 as modified by amendment or special provision. All labor and equipment required to backfill 6 the catch basins shall be considered incidental to the construction and installation of the 7 storm drain and catch basin. Backfilling of catch basins to be abandoned shall be done with 8 Gravel Borrow for Trench Backfill Incl. Haul and paid for per the unit contract price. 9 . 10 7-05.3(8) Heavy Duty Manhole Frame and Lid New Section 11 12 Provide Heavy Duty Manhole Frame and Lid for locations in the roadway noted in the plans in 13 accordance with the requirements of Section 7-05.3, and manufacturer installation instructions. 14 The Heavy Duty Manhole Frame and Lid shall be manufactured from ductile iron. Covers shall 15 be hinged and incorporate a 90-degree blocking system to prevent accidental closure. The lid 16 shall be operable by one-man using standard tools and capable of withstanding a test load of 17 100,000 lbs. Frames shall be circular, compatible with City of Federal Way standard top slab 18 openings, and be available in a 24-inch clear opening. The frame depth shall not exceed 4 I19 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be 20 black coated. I21 7-05.4 Measurement 22 Section 7-05.4 is supplemented with the following: 23 • I24 (******) 25 "Adjust Catch Basin", will be measured per each. 26 "Adjust Manhole", will be measured per each. I27 "Heavy Duty Round Solid Locking Cover and Frame", including adjustment will be measured 28 per each. 29 I30 7-05.5 Payment 31 Section 7-05.5 is supplemented with the following: 32 1 33 (******) 34 "Adjust Catch Basin", per each. 35 "Adjust Manhole", per each. I36 "Heavy Duty Round Solid Locking Cover and Frame", per each. 37 38 The contract bid prices for the above, including all incidental work, shall be full compensation I39 for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as 40 defined in the Standard Specifications and these Special Provisions. 41 I42 Sawcutting, pavement removal and repair, excavation, curb and gutter removal and 43 replacement, and any other work required to complete the items of work shall be considered 44 incidental to other bid items, and no separate payment will be made. 1 45 46 END OF DIVISION 7 City of Federal Way RFB#15-003 tY Y S 3246 Street Preservation Project Page 85 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 DIVISION 8 2 MISCELLANEOUS CONSTRUCTION 3 4 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 5 6 8-01.3 Construction Requirements 7 8 8-01.3(1)General 9 10 Section 8-013(1) is supplemented with the following: 11 12 (January 11, 2014******) 13 Offsite Stormwater 14 Surface water is known to enter the project site at the following locations: , 15 From the north and south on S 324th Street at Sta. 3+83 16 From the south on S 324th Street at Sta. 18+85 ' 17 From the north on S 324th Street at Sta. 21+22 18 From the south on S 324th Street at Sta. 24+00 ' 19 From the south on S 324th Street at Sta. 28+50 20 From the east on S 324th Street at Sta. 28+90 21 The Contractor shall, prior to disruption of the normal water course, intercept the 22 offsite stormwater and pipe it either through or around the project site in such a 23 manner that it is not combined with onsite stormwater and it is discharged at its pre- 24 construction outfall point in such a manner that there is no increase in erosion below I 25 the site. 26 The method for performing this work shall be included in the Contractor's temporary 27 erosion control plan. 28 (January 11, 2014******) 29 8-01.3(1)A Submittals 30 Section 8-01.3(1)A is supplemented with the following: 31 32 (April 3, 2006) 33 Prior to beginning any concrete or grinding work, the Contractor shall submit a plan, for 34 the Engineer's review and approval, outlining the procedures to be used to prevent high 35 pH stormwater or dewatering water from entering surface waters. The plan shall I 36 include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to 37 being discharged from the project or entering surface waters. 38 1 39 8-01.4 Measurement 40 Section 8-01.4 is supplemented with the following: 41 42 (******) 43 Inlet Protection Insert will be measured per each. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 86 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 I2 8-01.5 Payment 3. Section 8-01.5 is supplemented with the following: 4 III 5 (*a*****) II 6 "Inlet Protection Insert", per each. 7 "Stormwater Pollution Prevention Plan and Permit Compliance", per lump sum. 8 I9 (******) 10 All costs associated with the treatment of pH in high pH stormwater or dewatering water 11 shall be included in the applicable concrete, grinding or sawcutting items of work. 12 13 8-02 ROADSIDE RESTORATION 14 15 8-02.3 Construction Requirements 16 • 17 8-02.3 (13) Plant Establishment 18 Section 8-02.3(13) is supplemented with the following: 19 • 20 (******) 21 Plant establishment shall consist of insuring resumption and continued growth of all 22 planted material including trees, shrubs, ground cover, lawn sod and seeded areas for a I23 period of one (1) year. This shall include, but is not limited to labor and materials 24 necessary for removal and replacement of any rejected plant material planted under this 25 contract. I26 27 8-02.4 Measurement 28 The first paragraph of Section 8-02.4 is revised as follows: I29 30 (January 11, 2015******) 31 Sod Lawn, Incl. 4 in Topsoil will be measured per square yard. 32 I33 8-02.5 Payment 34 Section 8-02.5 is supplemented with the following: I35 36 (January 11, 2015******) 37 "Sod Lawn, Incl. 4 in Topsoil", per square yard. I38 39 8-03 IRRIGATION SYSTEMS 40 41 8-03.3 Construction Requirements I42 Section 8-03.3 is supplemented with the following: 43 44 (January 11, 2015******) I45 Private sprinkler irrigation systems found to encroach within the limits of improvements shall 46 be modified as necessary to remove the encroachment and to ensure satisfactory operation 47 of the remaining system. The Contractor shall ensure that existing private systems remain in I48 operation during the construction of this project. The Contractor shall furnish temporary 49 water to disconnected existing irrigation systems. Private irrigation systems that have been 50 damaged during construction activities shall be repaired within 5 working days. The I51 Contractor shall be liable for any damage due to irrigation facilities damaged by his City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 87 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 operations and shall repair such damaged facilities to an "equal or better than" original 2 condition. This work will include, but not be limited to, cutting and capping existing pipe, I 3 relocating existing risers and sprinkler heads new pipe heads and connections, and testing 4 of the system. 5 6 8-03.4 Measurement 7 Section 8-04.2 is supplemented with the following: 8 9 (January 11, 20.15******) 10 No unit of measure shall apply to the repair existing irrigation systems. 11 12 8-03.5 Payment 13 Section 8-04.2 is supplemented with the following: 14 15 (January 11, 2015******) 16 No unit for payment shall apply to the repair existing irrigation systems. 17 18 8-04 CURBS,GUTTERS,AND SPILLWAYS 19 20 (January 11, 2015******) 21 8-04.3 Construction Requirements 22 Section 8-04.3 is supplemented with the following: 23 24 8-04.3(3) Painting of Curbs New Section 25 Section 8-04.3(3) is added with the following: 26 27 Cement Concrete Extruded Curb, Type 6 shall be painted per WSDOT Standard Specification 28 8-07.3(2). Asphalt Concrete Islands in the roadway are painted yellow. 29 30 8-04.4 Measurement 31 Section 8-04.4 is supplemented with the following: 32 33 (January 11, 2014 ******) 34 Painting of curbs will not be measured and is considered incidental to the unit price of the 35 type of curb. 36 37 Cement Conc. Curb and Gutter will be measured by the linear foot along the line and slope 38 of the completed curb and gutter. 39 40 Cement Conc. Extruded Curb, Type 6 will be measured by the linear foot along the line and 41 slope of the completed curb and gutter. 42 , 43 Removing Cement Conc. Type A Curb will be measured by linear foot. 44 45 8-04.5 Payment 46 Section 8-04.5 is supplemented with the following: 47 48 (January 11, 2014 ******) 49 "Cement Conc. Curb and Gutter", per linear foot. 50 "Cement Conc. Extruded Curb,Type 6", per linear foot. 51 "Removing Cement Concrete Extruded Curb", per lineal foot. ' City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 88 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 I2 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCE 3 4 8-06.3 Construction Requirements •▪ 5 Section 8-06.3 is supplemented with the following: 6 7 (January 11, 2014******) • I 8 Section 1-07 of these Special Provisions describes the restrictions to driveway closures and 9 construction that will be in place for this contract. To meet these requirements, the 10 Contractor may use a quick setting concrete. The Project Engineer shall approve the quick '11 setting mix prior to use. 12 13 Driveway entrances shall be constructed per City of Federal Way Standard Details. I14 15 8-06.5 Payment 16 Section 8-06.5 is supplemented with the following: • 17 18 (******) 19 "Cement Conc. Pavement Approach 3-Day"per square yard. I . 20 21 If the Contractor chooses to use a quick-setting concrete mix to meet the requirements of 22 Section 1-07, it will be measured per the square yard and paid for as Cement Conc. I23 Driveway Entrance 3-Day. Any additional costs to use such mix shall be incidental to the 24 bid item for Cement Conc. Driveway Entrance 3-Day, and no additional payment will be 25 made. I26 27 SECTION 8-07, PRECAST TRAFFIC CURB 28 29 8-07.1 Description I30 Section 8-07.1 is deleted and replaced with the following: 31 32 (December 12, 2012 ******) I33 This Work consists of furnishing and installing precast traffic curb, block traffic curb, sloped 34 mountable curb, or dual faced sloped mountable curb of the design and type specified in 35 the Plans in accordance with these Specifications and the Standard Plans in the locations I . 36 indicated in the Plans or as staked by the Engineer. 37 38 8-07.2 Materials I39 Section 8-07.2 is deleted and replaced with the following: 40 41 (August 9, 2014 ******) ' 42 Materials shall meet the requirements of the following sections: 43 Precast Traffic Curb 9-18.1, Block Traffic Curb 9-18.3, Water Repellent Compound 9- 44 18.4,Sodium Metasilicate 9-18.5,Mortar 9-20.4,Paint 9-34.2 ▪ 45 II 46 8-09 RAISED PAVEMENT MARKERS 47 ▪ 48 8-09.3 Construction Requirements II 49 Section 8-09.3 is supplemented with the following: 50 I51 (December 12, 2012 ******) City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 89 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 RPMs shall be installed per City of Federal Way Standard Details. 2 3 RPMs shall not be ceramic. 4 5 8-09.5 Payment 6 7 (December 12, 2012 ******) 8 "Raised Pavement Marker, Type 2", per hundred. 9 "Hydrant Marker, Type 2B", per each. 10 11 8-13 MONUMENT CASES 12 13 8-13.3(1) Adjusting Monument Cases 14 15 (January 11, 2014 ******) 16 The existing cast iron ring and cover on monument cases shall be removed and replaced at the 17 new elevation, frame ring extensions may not be used. Contractor shall submit catalog cuts of 18 extensions for approval. 19 20 Following monument case adjustment, the monument shall be verified for position by the City. 21 If the monument has been displaced by the Contractor's operations, the Contractor shall at his 22 own expense, remove and replace the case and reestablish the monument. 23 24 8-13.5 Payment 25 Section 8-13.5 is supplemented with the following: 26 27 (******) 28 "Adjust Monument Case and Cover", per each. 29 30 The contract bid price for the above, including all incidental work, shall be full compensation for 31 all labor, materials, tools, and equipment necessary to satisfactorily complete the work as 32 defined in these Special Provisions. 33 34 8-14 CEMENT CONCRETE SIDEWALKS 35 36 8-14.3 Construction Requirements 37 Section 8-14.3 is supplemented with the following: 38 39 (April 4, 2011 ******) 40 The Contractor shall request a pre-meeting with the Engineer to be held 2 to 5 working days 41 before any work can start on cement concrete sidewalks, curb ramps or other pedestrian 42 access routes to discuss construction requirements. Those attending shall include: 43 44 1. The Prime Contractor and Subcontractor in charge of constructing forms, and 45 placing, and finishing the cement concrete. , 46 2. Project Engineer (or representative) and Project Inspectors for the cement concrete 47 sidewalk, curb ramps or pedestrian access route work. 48 , 49 Items to be discussed in this meeting shall include, at a minimum, the following: 50 1. Slopes shown on the Plans. 51 2. Inspection ' City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 90 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 3. Traffic control I 2 4. Pedestrian control, access routes and delineation 3 5. Accommodating utilities 4 6. Form work I5 7. Installation of detectable warning surfaces 6 (******) I 7 Contractor will field verify.the elevation differential required to construct the concrete steps 8 to the City of Federal Way codes. 9 8-14.4 Measurement I10 (******) 11 Section 8-14.4 is supplemented with the following: I12 Cement concrete curb ramp will be measured per each for the complete curb ramp installed 13 and includes all items necessary to install a complete wheelchair ramp per appropriate 14 detail, and shall include the removal of existing curb ramps or sidewalks. 15 Cement concrete sidewalks and driveway approaches will be measured by the square yard 16 of finished surface and will not include the surface area of the curb ramps. 1 17 18 8-14.5 Payment 19 Section 8-14.5 is supplemented with the following: 20 21 (******) 22 "Cement Conc. Curb Ramp Type 1 Parallel', per each. I23 "Cement Conc. Curb Ramp Type 2 Parallel", per each. 24 "Cement Conc. Curb Ramp Type 1 Perpendicular, per each. 25 "Cement Conc. Curb Ramp Type Single Direction', per each. I26 "Cement Conc. Sidewalk", per square yard. 27 "Cement Conc. Approach; per square yard. 28 I29 8-20 ILLUMINATION,TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 30 31 8-20.1 Description I32 Section 8-20.1 is replaced with the following: 33 34 (******) I35 Work includes furnishing and installing all materials necessary to provide: 36 1. A fully functional crossing Rectangular Rapid Flashing Beacon (RRFB) with 37 constructed foundation and resetting of pole unit and installation of wireless push I38 button at S 324th St, station 6+00 (35.5' Rt). 39 2. A fully functional crossing Rectangular Rapid Flashing Beacon (RRFB) pole unit and 40 foundation at S 324th St, station 18+42.5 (5.5' Rt). I41 3. A fully functional loop detection at S 324th St and S 322"d St, sta. 27+75. 42 43 All work shall be performed as shown in the Plans in accordance with applicable Standard I 44 Specifications and Standard Plans included herein and the following Special Provisions. Work 45 shall include the supply, testing, and installation of all traffic signal hardware including the 46 communication cable and interface system, and when specified, the modification of such an ' 47 existing system. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 91 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 2 The work involves, but shall not be limited to, the following: 3 1. Poles and Foundations 4 2. Electrical Service Enclosure, Connections and Base 5 3. Loop detection 6 4. Junction boxes 7 5. Conduit and.wire 8 I 9 The existing traffic signal system shall be kept in full operation during construction until the 10 new system is in place and ready for turn-on. 11 12 8-20.1(1) Regulations and Code 13 The first and second sentences of the first paragraph are deleted and replaced with the 14 following: 111 15 16 (March 13,2012 ******) 17 All electrical equipment shall conform to the standards of the National Electrical 18 Manufacturers Association (NEMA), FHWA IP-78-16 and the Radio Manufacturers 19 Association. Traffic signal control equipment shall conform to the Contract and these 20 Standard Specifications: EIA Electronics Industries Alliance, Institute of Electrical and I 21 Electronics Engineers (IEEE), the American Society for Testing and Materials (ASTM), the 22 American Association of State Highway and Transportation Officials (AASHTO), the American 23 National Standards Institute (ANSI), the National Electrical Safety Code (NESC), the 24 International Municipal Signal Association (IMSA), whichever is applicable, and to other 25 codes listed herein. 26 27 Section 8-20.1(1) is supplemented with the following: 28 29 (March.13, 2012 ******) 30 Where applicable, materials shall conform to the latest requirements of the Washington 31 State Department of Labor and Industries and Puget Sound Energy. 32 33 8-20.1(2) Industry Codes and Standards 34 35 (March 13, 2012 ******) 36 The following is added at the end of the first paragraph of this section: 37 38 National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office 39 Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 40 41 8-20.2 Materials 42 Section 8-20.2 is supplemented with the following: 43 44 (March 13, 2012 ******) 45 Control density fill shall meet the requirements of Washington Aggregates and Concrete 46 Association. 47 48 Crushed surfacing top course and crushed surfacing base course shall meet the 49 requirements of Section 9-03.9(3) of the Standard Specifications. 50 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 92 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 Bedding material shall consist of 5/8-inch minus crushed rock free of any deleterious I2 substances (Section 9-03.1(5)A of the Standard Specifications). 3 4 Requirements for signal equipment and materials are contained in Section 9-29 of the I 5 Standard Specifications and Section 9-29 of these Specifications. 6 7 8-20.2(1) Equipment List And Drawings I 8 The first paragraph is deleted and replaced with the following: 9 10 (January 26, 2012 ******) I11 Within one (1) week following the pre-construction conference, the Contractor shall submit 12 to the Engineer a completed "Request for Approval of Materials"that describes the material 13 proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information 1 14 shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction • 15 boxes, and all other items to be used on the project. Approvals by the Engineer must be 16 received before material will be allowed on the job site. Materials not approved will not be I17 permitted on the job site. 18 19 (March 13, 1995 WSDOT GSP) I20 If traffic signal standards, strain pole standards, or combination traffic signal and lighting 21 standards are required, final verified dimensions including pole base to signal mast arm 22 connection point, pole base to light source distances (H1), mast arm length, offset distances ' 23 to mast arm mounted appurtenances, and orientations of pole mounted appurtenances will 24 be furnished by the Engineer as part of the final approved shop drawings prior to • 25 fabrication. I26 27 8-20.3 Construction Requirements 28 I 29 8-20.3(1) General III 30 Section 8-20.3(1) is supplemented with the following: 31 ' 32 Contractor Owned Removals 33 All removals associated with an electrical system, which are not designated to remain the 34 property of the Contracting Agency, shall become the property of the Contractor and shall • 35 be removed from the project. I 36 37 The Contractor shall: I38 1. Remove all wires for discontinued circuits from the conduit system or as directed by 39 the Engineer. 40 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed I41 by the Engineer. 42 3. Abandoned conduit encountered during excavation shall be removed to the nearest 43 outlets or as directed by the Engineer. I44 4. Remove foundations entirely, unless the Plans state otherwise. 45 5. Backfill voids created by removal of foundations and junction boxes. Backfilling and 46 compaction shall be performed in accordance with Section 2-19 09.3(1)E. I47 48 (December 1Z 2012 ******) 49 (If King County Metro Fiber Optic Cable is to be affected) • 50 Fiber Optic Cable Service Outage Duration and Notification City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 93 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 The allowable interruption to the operation of the existing joint City/County/WSDOT fiber 2 optic cable service along S 288th Street is three (3) days, including testing. King County I 3 Metro and King County Traffic shall be notified two (2) weeks in advance of the proposed 4 outage. Notification shall be sent to the following: 5 6 Owen Kehoe 7 King County Metro 8 Phone: 206-477-5811 9 Email: owen.kehoe @kingcounty.gov • 10 11 Jeffery Barnett 12 King County Metro 13 Phone: 206-263-7826 14 Email: Jeffery.Bamett@kingcounty.gov 15 16 King County Signal Shop 17 Attn: Mark Parrett 18 155 Monroe Avenue NE 19 Renton, Washington 98056 20 Phone: 206-396-3763 21 22 Section 8-20.3(1) is supplemented with the following: 23 24 25 (May 15, 2000 WSDOT NWR) 26 Energized Equipment I 27 Work shall be coordinated so that electrical equipment,.with the exception of the service 28 cabinet, is energized within 72 hours of installation. 29 30 (June 20, 1995 WSDOT NWR) 31 Pole Removal 32 Poles designated for removal shall not be removed prior to approval of the Engineer. 33 34 (October 31, 2005 WSDOT NWR) 35 Construction Core Installation I 36 The Contractor shall coordinate installation of construction cores with Contracting Agency 37 maintenance staff through the Engineer. The Contractor shall provide written notice to the 38 Engineer, a minimUm of seven working days in advance of proposed installation. The 39 Contractor shall advise the Engineer in writing when construction cores are ready to be 40 removed. 41 42 (May 15, 2000 WSDOT NWR) 43 Electrical Equipment Removals 44 • Removals associated with the electrical system shall not be stockpiled within the job site 45 without the Engineer's approval. • 46 47 8-20.3(2) Excavating and Backfilling 48 Section 8-20.3(2) is supplemented with the following: 49 50 (January 8, 2013 ******) City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 94 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 The Contractor shall supply all trenching necessary for the complete and proper installation 2 of the traffic signal system modifications. 3 Trenching shall conform to the following: 4 I 5 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and 6 sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as 7 narrow in width as practical to provide a minimum of pavement disturbance. The existing ' 8 pavement shall be removed in an approved manner.The trench bottom shall be graded to 9 provide a uniform grade. 10 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches II 11 cover over conduits and shall be backfilled with 21 inches of controlled density fill, • 12 vibrated in place, followed by either 3 inches minimum of HMA CI 1/2"PG 64 -22 , or 13 a surface matching the existing pavement section, whichever is greatest. The asphalt ' 14 concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS-1) or 15 approved equal immediately before resurfacing, applied to the entire edge and full 16 depth of the pavement cut. Immediately after compacting the new asphalt surface to 17 conform to the adjacent paved surface, all joints between new and original II 18 pavement shall - be filled with joint sealant meeting the requirements of Section 9 p 7 9 q 19 04.2. ▪ 20 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks and 21 driveways shall be installed to conform with the City of Federal Way Luminaire 22 Electrical Trench Detail. Such trenches shall be backfilled with bedding material two 23 inches (2") above and below the conduit, with the remaining depth of trench • 24 backfilled with native material. If the Engineer determines that the native material is 25 unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed 26 and replaced as specified. 27 4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and 28 outside the traveled way shall have a minimum of twenty-four inches (24") cover over 29 conduits. Such trenches shall be backfilled with bedding material two inches (2") 30 above and below the conduit, with the remaining depth of trench backfilled with bank 31 run gravel unless the Engineer determines that spoils from the trench excavation are 32 suitable for backfill. 33 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall 34 match the elevation of the surrounding ground, including a matching depth of top 35 soil, mulch and/or sod if necessary to restore the trench area to its prior condition. I36 6.Contractor shall use joint trench where possible. 37 38 Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit 1 39 in any way. The backfill shall be thoroughly mechanically tamped in eight-inch (8") layers 40 with each layer compacted to ninety-five percent (95%) of maximum density in traveled 41 ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture I42 content. 43 44 Bank run gravel for backfill shall conform to Section 9-03 of the Standard Specifications. I45 Bedding material shall conform to Section 9-03 of the Standard Specifications. 46 47 All trenches shall be properly signed and/or barricaded to prevent injury to the public. All 48 traffic control devices to be installed or maintained in accordance with Part VI of the Manual 49 on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified 50 elsewhere in these Specifications. 151 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 95 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 1 1 All conduits installed by boring shall use a surface launched steerable drilling tool. Drilling shall be 2 accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to maintain the I 3 stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and 4 tunnel.A guidance system which measures the depth, lateral position, and roll shall be used to 5 guide the toolhead when creating the pilot hole. Once the pilot hold is established, a reamer and 6 swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the 7 diameter of the conduit being installed. Conduit which is being pulled into the tunnel shall be 8 protected and supported so that it moves freely and is not damaged during installation. Excess 9 drilling fluid and spoils shall be disposed of off-site at a legal disposal site obtained and paid for by 10 the Contractor. Drilling fluid returns(caused by fracturing of formation) at locations other than the 11 entry and exit points shall be minimized.Any drilling fluid that surfaces through fracturing shall be 1 12 cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from 13 entry or exit pits and areas with returns caused by fracturing shall be used as necessary during 14 drilling operations 15 16 8-20.3(4) Foundations 17 Section 8-20.3(4) is supplemented with the following: 18 19 (December 18, 2009 ******) 20 The foundation for the controller and service cabinets shall conform to the detail on the 21 Plans. Conduits shall be centered horizontally except service conduit, which shall be placed 22 at the side of the power panel. 23 24 Pole foundations within the sidewalk area shall be constructed in a single pour to the 25 bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate 26 pour. 27 28 Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch- 29 thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a 30 sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the 31 sidewalk. A construction joint shall be provided between the two units. 32 33 The Rectangular Rapid Flashing Beacon (RRFB) foundation on S 324th St at Sta. 18+46 shall 34 be constructed per Standard Plan 3-21.16-01. 35 36 8-20.3(5) Conduit 37 Section 8-20.3(5) is supplemented with the following: 38 39 (March 16, 2011 ******) 40 All conduits for signal cable, illumination circuits, and interconnect systems under roadways 41 and driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). 42 Schedule 40 PVC may be used when not under the roadway or driveways. 43 44 All conduits shall have a minimum buried depth of twenty-four inches (24"). PVC conduct 45 ends shall have bell end PVC bushings. 46 47 All conduits for signal cable raceways under roadways or driveways shall be rigid galvanized 48 steel or Schedule 80 polyvinyl chloride (PVC). Rigid steel or Schedule 80 PVC conduit shall 49 be used for all road crossings whether they are signal, detector or illumination cable. 50 Schedule 40 PVC conduits may be used for detector lead-ins or illumination. Whenever PVC 51 conduit is used a ground wire shall be provided. • City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 96 2015 Special Provisions to Standard Specifications • RFB ver. 1-08 1 I 2 All conduit trenches shall be straight and as narrow in width as is practical to provide a 3 minimum of pavement disturbance. 4 I 5 When conduit risers are installed, they shall be attached to the pole every 4 feet and shall 6 be equipped with weather heads. 7 I 8 Conduit for the service wires between the Puget Sound. Energy pole and the service panel 9 and all above ground conduit shall be hot-dip galvanized rigid steel. 10 I11 All conduits shall be clearly labeled at each junction box, handhole, vault or other utility 12 appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a 13 unique conduit number or color. The owner name shall be approved by the Engineer prior to I14 starting work. The recommended owner/type abbreviations are: 15 16 PSE-Puget Sound Energy 17 QWEST—Qwest 18 COMCAST AT& /C—Cable 19 COMCAST(AT&T)/F— Fiber I20 SIC—City Signal Interconnect 21 City Spare —City spares 22 Cobra —COBRA luminaire system 23 24 Section 8-20.3(5) is supplemented with the following: 25 • 26 (August 10, 2009 WSDOT NWR) 27 Conduit Seal, Detectable Tape and Location Wire 28 Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering 29 ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an • 30 approved mechanical'plug at both ends of the conduit run. Installation of mechanical plugs 31 shall conform to the manufacturer's recommendations. Upon installation of wiring at other 32 locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare 33 conduit shall be plugged. 34 35 A pull string rated for 200 lbs. or greater shall be installed in all spare conduits. I36 37 Detectable underground warning tape shall be placed 12-inches above all innerduct installed 38 in trenches. 39 40 Location 14 AWG stranded orange USE insulated wire shall be placed in conjunction with all 41 innerduct installed in trenches. The location wire shall be placed directly above the conduit I42 containing innerduct in single conduit installations or between the conduits containing 43 innerduct in multiple conduit installations. I44 • 45 Location wire routed into pull boxes or cable vaults shall be attached to the"C"channel or 46 the cover hinge bracket with stainless steel bolts and straps. A 1-foot loop of locate wire 47 shall be provided above the channel as shown in the Plans. 48 49 (October 16, 2006 WSDOT NWR) • 50 Boring City.of Federal Way RFB#15-003 S 324th Street Preservation Project Page 97 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 In addition to the requirements for boring with casing,the Contractor shall submit to the 2 Engineer for approval a pit plan and a proposed method of boring that includes, but is not 3 limited to, the following: 4 1) A pit plan depicting: 5 a) Protection of traffic and pedestrians. 6 b) The dimension of the pit. 7 c) Shoring, bracing, struts, walers or sheet piles. 8 d) Type of casing. 9 2) The proposed method of boring, including: 10 a) The boring system. 11 b) The support system. 12 c) The support system under and at the bottom of the pit. 13 14 The shoring and boring pit plan shall be prepared by'and bear the seal and signature of a 15 Washington State licensed Professional Civil Engineer. 16 17 Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious 18 contaminants. 19 20 Commercial concrete meeting the requirements of Section 6-02.3(2)B may be used to seal 21 the casing. 22 23 8-20.3(6) )unction Boxes, Cable Vaults, and Pull Boxes 24 Section 8-20.3(6)is supplemented with the following: 25 26 (March 13, 2012 ******) 27 Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable 28 vaults and pull boxes shall not be placed within the traveled way or shoulders. 29 30 All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved 31 shoulders shall be heavy-duty. 32 33 Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, 34 or interfere with any other previous or relocated installation. The lid of the junction box shall 35 be flush with the surrounding area and be adequately supported by abutting pavements or 36 soils. 37 38 Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have '• 39 slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and 40 Public Right-of-Way Accessibility Guideline (PROWAG). Approved products are: 41 1.) Mebac1 (their most aggressive surface) manufactured by IKG Industries 42 2.) SlipNOT Grade 3-coarse manufactured by W.S. Molnar Company. 43 44 Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have 45 a proven track record of outdoor application which lasts for at least 10 years. I 46 47 Wiring shall not be pulled into any conduit until all associated junction boxes have been 48 adjusted to, or installed in, their final grade and location, unless installation is necessary to • 49 maintain system operation. If wire is installed for this reason, sufficient slack shall be left to 50 allow for future adjustment. 51 ' City of Federal Way RFB#15-003 S 324`"Street Preservation Project Page 98 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 Adjustments involving raising or lowering the junction boxes shall require conduit 2 modification if the resultant clearance between top of conduit and the junction box lid • 3 becomes less than 6 inches or more than 10 inches. Wiring shall be replaced for full length 4 if sufficient slack as specified in Section 8-20.3(8) is not maintained. No splicing will be ' 5 permitted. 6 7 Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J-40.10- ' 8 01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30-01. 9 Junction boxes shall be inscribed based upon system per WSDOT Standard Plan 3-40.30.01. 10 Junction box lids and frames shall be grounded per Section 8-20.3(9). Ill 12 Junction boxes shall be located at the station and offset indicated on the Plans except that 13 field adjustments may be made at the time of construction by the Engineer to better fit I14 existing field conditions. 15 • 16 Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum I17 interval of 300 feet and shall be inscribed with "TS"as described on WSDOT Standard Plan 18 3-40.30-01. 19 I20 Heavy-duty Type 4, 5 and 6 junction boxes, cable vaults and pull boxes shall be installed in 21 accordance with the following: 22 1. Excavation and backfill shall be in accordance with Section 2-09. Excavation for I23 junction boxes, cable vaults and pull boxes shall be sufficient to leave one foot in the 24 clear between their outer surface and the earth bank. 25 2. Junction boxes, cable vaults and pull boxes shall be installed on a level 6-inch layer of I26 crushed surfacing top course, in accordance with 9-03.9(3), placed on a compacted 27 or undisturbed foundation. The crushed surfacing shall be compacted in accordance 28 with Section 2-09.3(1)E. 29 3. After installation, the lid/cover shall be kept bolted down during periods when work is I 30 not actively in progress at the junction box, cable vault or pull box. 31 4. Before closing the lid/cover, the lid/cover and the frame/ring shall be thoroughly 32 brushed and cleaned of all debris. There shall be absolutely no visible dirt, sand or I33 other foreign matter between the bearing surfaces. 34 5. When the lid/cover is closed for the final time, a liberal coating of anti37 seize 35 compound shall be applied to the bolts and nuts and the lid shall be securely I36 tightened. 37 6. Hinges on the Type 4, 5 and 6 junction boxes shall be located on the side of the box, 38 which is nearest to adjacent shoulder. Hinges shall allow the lid to open 180 I39 degrees. 40 41 8-20.3(8) Wiring I42 Section 8-20.3(8) is modified as follows: 43 44 (March 6, 2012 ******) I45 The following is inserted between the 3rd and 4th paragraph of this section: 46 47 Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape, I48 3-M 06147 or equal, leaving 3 feet of loose wire. 49 50 Connectors will be copper and sized for the wire. Mastik splice material will be centered on I51 the wire and folded up around both sides and joined at the top. Splice will then be worked City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 99 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 1 from the center outward to the ends. The ends will be visible and fully sealed around the 2 wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be I 3 dressed external to the splice. 4 5 The 14th paragraph, items 1-4, of this section are deleted and replaced with the following: I 6 7 Field Wiring Chart(IMSA Standards) 501 +Input 508 AC+Detectors I 502 AC- 509 AC+12 Volts 503 AC+Lights 510 Remote-Flash 504 AC+Lights 511 Remote-All Red I 505 AC+Lights 512-520 Special 506 AC+Control 551-562 Interconnect 507 AC+Crosswalk 593-598 Rail Road Preemption I 9 Phases 1 2 3 4 5 6 7 8 A B Emergency Orange (B+) 581 584 587 590 I Vehicle Yellow (Call) 582 585 588 591 Preemption Blue(BB) 583 586 589 592 Vehicle Red 611 .621 631 641 651 661 671 681 691 601 I Heads Orange 612 622 632 642 652 662 672 682 692 602 Green 613 623 633 643 653 663 673 683 693 603 • Black 614 624 634 644 654 664 674 684 694 604 White 616 626 636 646 656 666 676 686 696 606 (Common.). Pedestrian Red (Hand) 711 721 731 741 751 761 771 781 791 701 Heads and Green (Man) 712 722 732 742 752 762 772 782 792 702 PPB White (Common 716 726 736 746 756 766 776 786 796 706 1 for Lights)_ Orange 714 724 734 744 754 764 774 784 794 704 (Push butt.on) Black (Common 715 725 735 745 755 764 775 785 795 705 I for Push button) Vehicle Loop 1 811 821 831 841 851 861 871 881 891 801 Detectors Loop.1 812 822 832 842 852 862 872 882 892 802 I Loop 2 813 823 833 843 853 863 873 883 893 803 Loop 2 814 824 834 844 854 864 874 884 894 804 Loop 3 815 825 835 845 855 865 875 885 895 805 Loop 3 816 826 836 846 856 866 876 886 896 806 Loop 4 817 827 837 847 857 867 877 887 897 807 I Loop 4 818 828 838 848 858 868 878 888 898 808 Vehicle Loop 1 911 921 931 941 951 961 971 981 991 901 Detectors/ Loop 1 912 922 932 942 952 962 972 982 992 902 I Count Loops Loop 2 913 923 933 943 953 963 973 983 993 903 Loop 2 914 924 934 944 954 964 974 984 994 904 Loop 3 915 925 935 945 955 965 975 985 995 905 Loop 3 916 926 936 946 956 966 976 986 996 906 Loop 4 917 927 937 947 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 988 998 908 I 10 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 100 2015 • Special Provisions to Standard Specifications II RFB ver. 1-08 1 Section 8-20.3(8) is supplemented with the following: I2 . 3 (March 6, 2012 ******) 4 Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the I 5 circuit number and be thoroughly tested before being connected to the appropriate 6 terminal. 7 I 8 9 Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 10 AWG pole and bracket cable. 11 12 Section 8-20.3(8) is supplemented with the following: 13 I14 (March .13, 1995 WSDOT NWR) 15 Wire Splices 16 All splices shall be made in the presence of the Engineer. I17 18 (May 1, 2006 WSDOT NWR) 19 Illumination Circuit Splices I20 Temporary splices shall be the heat shrink type. 21 22 8-20.3(9) Bonding and Grounding ' 23 Section 8-20.3(9) is supplemented with the following: 24 25 (March 13, 2012 ******) I26 At points where shields of shielded conductors are grounded, the shields shall be neatly 27 wired and terminated on suitable grounding lugs. 28 29 Junction box lids and frames shall be grounded in accordance with Department of Labor and I30 Industries standards, and shall be grounded so that the ground will not break when the lid 31 is removed and laid on the ground next to the junction box. 32 I33 All conduits which are not galvanized steel shall have bonding wires between junction 34 boxes. 35 36 Ground rods shall be copper clad steel, 3 -inch in diameter by 10-feet long, connections I37 shall be made with termite welds. 38 39 At points where wiring shields of shielded conductors are grounded, the shields shall be 40 neatly wired and terminated on suitable grounding lugs. 41 42 (October 23, 2014 ******) II 43 In addition to the two service grounds provided at the service cabinet each Type II, Ill, IV, or II 44 V signal standard shall have a supplemental ground installed per Standard Plan J-60.05. 45 I46 Section 8-20.3(9) is supplemented with the following: 47 48 (August 21, 2006 WSDOT NWR) 49 Junction Box Grounding I50 Where shown in the Plans or where designated by the Engineer, the metal frame and lid of 51 existing junction boxes shall be grounded to the existing equipment grounding system. The 52 existing equipment grounding system shall be derived from the service serving the raceway I53 system of which the existing junction box is a part. City of Federal Way RFB#15-003 324th Street Preservation Project Page 101 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 1 1 8-20.3(14)C Induction Loop Vehicle Detectors 2 Section 8-20.3(14)C is modified as follows: 3 4 (December 18, 2009 ******) 5 Items 2 and the last two sentences of Item 4 are deleted. 6 7 (December 18, 2009 ******) 8 Item no. 5 of this section is deleted and replaced with the following: 9 10 5.) Each loop shall have 3 turns of loop wire. 11 12 (December 18, 2009 ******) 13 Item no. 11 of this section is deleted and replaced with the following: 14 15 11.) The detector loop sealant shall be a flexible traffic loop wire encapsulement. 16 Encapsulement shall be designated to enable vehicular traffic to pass over the 17 properly filled sawcut within five minutes after installation without cracking of I 18 material. The encapsulement shall form a surface skin allowing exposure to 19 vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough 20 rubber-like consistency within two to seven days after installation. Properly 21 installed and cured encapsulement shall exhibit resistance to defects of weather, 22 vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing 23 chemicals and salt normally encountered in such a manner that the performance of 24 the vehicle detector loop wire is not adversely affected. 25 26 Section 8-20.3(14)C is supplemented with the following: 27 28 (January 31, 2012 ******) 29 One-quarter-inch (1/4") saw cuts shall be cleared of debris with compressed air before 30 installing three turns of loop wire. All detector loops shall be 6-foot-diameter circle with • 31 diagonal mini-cut corners (no 90 degree corners) of not more than 1-inch on the diagonal. 32 From the loops to the junction box, the loop wires shall be twisted two turns per foot and 33 labeled at the junction box in accordance with the loop schematics included in these Plans. 34 A 3/8-inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of 35 any manhole or utility risers located in the street. Loops and lead-ins will not be installed in 36 broken or fractured pavement. Where such pavement exists it will be replaced in kind with 37 minimum 12-foot sections. Loops will also not be sawed across transverse joints in the 38 road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches 39 from any expansion joint. , 40 41 Existing Traffic Loops 42 The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five ' 43 • working days in advance of pavement removal in the loop areas. The Contractor shall install 44 and maintain interim video detection until the permanent systems are in place. The interim 45 video detection shall be operational simultaneously with decommission of the existing I 46 pavement loops. 47 48 If the Engineer suspects that damage to any loop, not identified in the Plans as being 49 replaced, may have resulted from Contractor's operations, the Engineer may order the 50 Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall 51 be recorded and submitted to the Engineer. Loops that fail any of these tests shall be 52 replaced. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 102 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 I 2 Loops that fail the tests, as described above, and are replaced shall be installed in 3 accordance with current City of Federal Way design standards and Standard Plans, as 4 determined by the Engineer. 1 5 6 If traffic signal loops that fail the tests, as described above, are not replaced and operational 7 within 48 hours, the Contractor shall install and maintain interim video detection until the • 8 replacement loops are operational. The type of interim video detection furnished shall be 9 approved by the Engineer prior to installation. 10 II 11 8-20.3(14)D Test for Induction Loops and Lead-in Cable • 12 Section 8-20.3(14)D is supplemented with the following: 13 14 (March 13, 2012 ******) • 15 Test A - The resistance shall not exceed values calculated using the given formula. 16 •▪ 17 Resistance per 1000 ft of 14 AWG, R = 3.26 ohms/ 1000 ft 18 19 R = 3.26 x distance of lead-in cable (ft) 111▪ 20 1000 ft 21 22 Test B and Test C in this section are deleted and replaced with the following: I23 Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier 24 connection. The 200 megohms or more shall be maintained after the splices are tested by I25 submerging them in detergent water for at least 24 hours. The tests will be conducted with 26 County personnel at the request of the Contractor. All costs incurred to meet this minimum 27 standard will be the responsibility of the Contractor. I28 29 Section 8-20.3(14)D is supplemented with the following: 30 31 (October 5, 2009 WSDOT NWR) in 32 Existing Lead-in Cable Test 33 When new Induction loops are scheduled to be installed and spliced to an existing two- 34 conductor shielded detector lead-in cable, the Contractor shall perform the following: ' 35 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the 36 loop splice. 37 2. Megger test both detector lead-in cable conductors. A resistance reading of less than I38 100-megohms is considered a failure. 39 3. Detector lead-in cables that fail the test shall be replaced and then retested. 40 4. After final testing of the detector lead-in cable, the loop installation shall be I41 completed and the loop system tested according to Tests A, C and D. 42 5. Connect the detector lead-in cables in the controller cabinet. 43 I44 (October 5, 2009 WSDOT NWR) 45 Existing Loop Test 46 When two-conductor shielded detector lead-in cable is scheduled to be installed and spliced I47. to an existing loop, the Contractor shall perform the following: 48 1. Disconnect the existing loop from the detector lead-in splice. 49 2. Megger test the existing loop wire. A resistance reading of less than 100-megohms is I50 considered a failure. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 103 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 1 3. Loops that fail the test shall be replaced and then retested. 2 4. After the final testing of the loops, the detector lead-in cable installation shall be 3 completed and the loop system tested according to Tests A, C and D. 4 5 8-20.4 Measurement 6 Section 8-20.4 is supplemented with the following: 7 8 (January 8, 2014 ******) 9 Rectangular Rapid Flashing Beacon, Complete will be measured per lump sum. 10 Rectangular Rapid Flashing Beacon Foundation will be measured per each. 11 Detector loops of the type and size shown in the plans will be measured per each. 12 13 8-20.5 Payment 14 Section 8-20.5 is supplemented with the following: 15 16 (January 8, 2014 ******) 17 "Rectangular Rapid Flashing Beacon, Complete", per lump sum. 18 "Rectangular Rapid Flashing Beacon Foundation", per each. 19 "Detector loop", per each. 20 21 8-21 PERMANENT SIGNING 22 23 Replace with the following: 24 25 8-21.1 Description 26 27 This work shall consist of furnishing and installing permanent signing, sign removal, sign 28 relocation, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, 29 and the City of Federal Way Standard Details at the locations shown in the Plans or where 30 designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned 31 to the Owner. 32 33 8-21.2 Materials 34 35 Section 8-21.2 is replaced with the following: 36 37 Signing materials and fabrication of signs shall meet the requirements of Section 9-28. 38 Materials for sign mounting shall meet the requirements of 9-06.16 and the City of Federal 39 Way standard plans. 40 41 8-21.3 Construction Requirements 42 43 8-21.3(1) Location of Signs 44 45 Section 8-21.3(1) is replaced with the following: 46 47 Signs are located in the plans by reference to a general stationary monument and shown an 48 estimated distance for installation and placement. No survey stations are provided, but I 49 dimensions are shown. These are tentative locations, subject to change by the Engineer, 50 and shall be field verified by the inspector prior to installations. Timber posts and break 51 away pole lengths shall be per the plan details. Sign heights shall be per the plan details. City of Federal Way RFB# 15-003 S 324s`Street Preservation Project Page 104 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • 1 I 2 8-21.3(9)B Specialty Signs, Poles and Bases ( New Section) 3 4 Rectangular Rapid Flashing Beacons (RRFB)s are by reference "Specialty Signs, Poles and I 5 Bases" and shall conform to the requirements of Section 9-28, plans and details, and the 6 manufacturers requirements for construction. 7 • 8 8-21.3(9)C Timber Posts 9 10 Section 8-21.3(9)C is supplemented with the following: ▪ 11 • 12 Timber sign posts shall conform to the City of Federal Way standard plans. 13 ▪ 14. 8-21.3(9)F Bases ▪ 15 16 Section 8-21.3(9)F is supplemented with the following: 17 ▪ 18 Specialty Signs, Poles and Bases 19 ▪ 20 Bases for "Specialty Signs, Poles and Bases" shall conform to the plans and details for ▪ 21 fabrication in the field or precast installation for break away poles and templates. 22 I23 Bases installed behind sidewalks or within an area of sidewalk removal shall be backfilled 24 with 100% CSTC and meet the requirements for compaction per Section 8-04. 25 I26 Bases installed within the roadway and shown on the plans within a Pedestrian Refuge 27 Island, shall be backfilled per Section 8-21.3(9)F, with the addition of Four (4) inches of 28 CSTC and two (2) inches of HMA 1/2"PG 64-22 as shown on the plans and details. 29 30 Bases within the sidewalk or Wheel Chair Ramp area shall be constructed in a single pour to 31 the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a I32 separate pour. 33 34 Pole foundations not within the sidewalk area shall incorporate a 3-foot by 3-foot by 4-inch- 35 thick cement concrete pad set flush with the adjacent ground. Where the foundation abuts ' 36 a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with 37 the sidewalk. A construction joint shall be provided between the two units. I38 39 8-21.3(12) Steel Sign Posts 40 41 Section 8-21.3(12) is supplemented with the following: 42 43 Poles for"R9-3A Signs, Poles and Bases"shall be per Division 9. 44 I45 8-21.4 Measurement 46 47 Section 8-21.4 is supplemented by the following: 148 49 Measurement for R9-3A Signs, Poles and Bases shall be as follows: 50 City of Federal Way RFB#15-003 324th Street Preservation Project Page 105 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 1 1 All signage to include R9-3A, Poles and Bases shall be measured per each meeting all 2 the requirements of these special provisions. Measurement will be for the sum total of 3 all items including labor, materials, tools, and equipment necessary to furnish and install 4 the complete assembly per the plans and details. 5 '. 6 Sign Removal and or Relocations shall be measured per each. Measurement will be for 7 the sum total of all items including labor, materials, tools and equipment necessary to 8 remove existing signs, posts and any bases and re-use, return to the owner signage, 9 and dispose of posts and any bases as noted on the Plans. 10 11 8-21. 5 Payment 12 13 Section 8-21.5 is supplemented with the following: 14 15 Payment will also be made under the following: 16 17 "R9-3A Sign and Post", per each. 18 19 The bid prices in the Proposal will be full compensation for the costs of all labor, tools, 20 equipment, and materials necessary or incidental to furnishing, installing and/or removing all 21 types of signs as shown on the Plans and returning to the Owner. 22 23 SECTION 8-22, PAVEMENT MARKING 24 25 8-22.1 Description 26 Section 8-22.1 is supplemented with the following: 27 28 (December 18, 2009 ******) 29 Pavement markings shall conform to City of Federal Way Standard Details. Profiled and 30 plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M-20.20-01. 31 32 8-22.2 Materials 33 Section 8-22.2 Sentence #3 is deleted and replaced with the following: 34 35 (October 23, 2014 ******) 36 . Glass beads for Type A plastic shall be as recommended by the manufacturer. I 37 38 Section 8-22.2 is supplemented with the following: 39 40 (October 23, 2014 ******) 41 Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9- 42 34.4. 43 , 44 8-22.3 Construction Requirements 45 46 8-22.3(3)E Installation , 47 Section 8-22.3(3)E is supplemented with the following: 48 49 Profiled Methyl Methacrylate lines shall be installed per WSDOT Standard Plan M20.20-01. I 50 51 8-22.3(3)G Glass Beads 52 Section 8-22.3(3)G is supplemented with the following: ' City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 106 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 I 2 (March 13, 2012 ******) 3 Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds 4 per one hundred square feet. 15 6 Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per 7 four (4) inch wide by one (1) linear foot of marking. 8 I 9 8-22.3(6) Removal of Pavement Markings 10 Section 8-22.3(6) is supplemented with the following: I11 12 (December 13, 2012 ******) 13 As indicated on the plans, the Contractor shall remove existing pavement markings 14 consisting of paint, plastic and raised pavement markings. I15 16 8-22.4 Measurement 17 Section 8-22.4 is supplemented with the following: I • 18 19 (December 13, 2012 ******) 20 Measurement for the removal of all pavement markings will be per lump sum. 21 I22 8-22.5 Payment 23 Section 8-22.5 is deleted and replaced with the following: I24 25 (December 13, 2012 ******) 26 Payment will be made in accordance with Section 1-04.1 for each of the following Bid Items: 27 "Paint Line", per linear foot. I28 "Profiled Plastic Line", per linear foot. • 29 "Profiled Plastic Wide Line", per linear foot. 30 "Profiled Plastic Dotted Line", per linear foot. I31 "Plastic Edge Line", per linear foot 32 "Plastic Crosswalk Line", per square foot. 33 "Plastic Stop Line", per linear foot. I34 "Plastic Traffic Arrow", per each. 35 "Plastic Bicycle Lane Symbol', per each. 36 "Plastic Yield Ahead Symbol', per each. I37 "Removing Pavement Markings", per lump sum. 38 39 The lump sum bid price in the Proposal will be full compensation for the costs of all labor, ' 40 tools, equipment, and materials necessary or incidental to removing all types of markings 41 and disposing of offsite. 42 I43 8-23 TEMPORARY PAVEMENT MARKINGS 44 45 8-23.4 Measurement I 46 MI 47 (******) 48 Temporary Raised Pavement Markers will be measured by the hundred I49 Removing Temporary Raised Pavement Markers will be measured by the hundred. 50 51 8-23.5 Pavement 52 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 107 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 • 1 1 (******) 2 "Temporary Raised Pavement Markers", per hundred. 3 "Removing Temporary Raised Pavement Markers`, per hundred. 4 5 8-30 CONSTRUCTION IDENTIFICATION SIGNS New Section 6 7 (******) 8 Two (2) working days prior to the commencement of work, the Contractor shall furnish and 9 erect two (2) Construction Identification Signs. The signs will be portable and placed at 10 locations determined by the Engineer, to correspond to the areas in which the majority of work 11 is being done, at that time. The signs shall be made from 3/4-inch exterior grade plywood and • 12 conform to the Standard Plans in Appendix B. The signs shall be erected on suitable wooden 13 posts and be maintained by the Contractor in a neat and presentable condition throughout the 14 progress of the work. At project completion these signs shall be given to the Owner. 15 16 8-30.2 Payment 17 18 (******) 19 All costs in connection with the furnishing, erection, maintaining, and removal of the signs shall 20 be considered incidental to and included in the cost for the project and no separate payment • 21 shall be made for this item. 22 23 8-31 PORTABLE CHANGEABLE MESSAGE SIGN (PCMS) New Section 24 25 (******) 26 The PCMS shall meet the requirements of the MUTCD and the following: 27 28 1. Back-lighted split-flap 29 2. Fiber optic/shutter 30 3. Light emitting diode 31 4. Light emitting diode/shutter 32 5. Flip disk 33 34 Regardless of the technology, the PCMS shall meet the following general requirements: 35 36 1. Be light emitting and must rely solely on reflected light. 37 38 2. Be solar powered. 39 40 3. Have a display consisting of individually controlled pixels no larger than 2-1/2 inch by 41 2-1/2 inch. If the display is composed of individual character modules, the space 42 between modules must be minimized so alphanumeric characters of any size specified I 43 below can be displayed at any location within the matrix. 44 45 4. When activated, the pixels shall display a yellow or orange image. When not activated, 46 the pixels shall display a flat black image that matches the background of the sign face. 47 48 5. Be capable of displaying alphanumeric characters that are a minimum of 18-inches in 49 height. The width of alphanumeric characters shall be appropriate for the font. The 50 PCMS shall be capable of displaying three lines of eight characters per line with a 51 minimum of one pixel separation between each line. ' City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 108 2015 Special Provisions to Standard Specifications RFB ver. 1-08 • 1 ' 2 6. The PCMS message, using 18-inch characters, shall be legible by a person with 20/20 3 corrected vision from a distance of not less than 800 feet centered on an axis 4 perpendicular to the sign face. 1 5 6 7. The sign display shall be covered by a stable, impact resistant polycarbonate face. The 7 sign face shall be non-glare from all angles and shall not degrade due to exposure to • 8 ultraviolet light. 9 10 8. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. 11 Any sign that employs flip disk or shutter technology shall be programmable to activate ▪ 12 the disk/shutters once a day to clean the electrical components. This feature shall not 13 occur when the sign is displaying an,active message. ' 14 . 15 9. The light source shall be energized only when the sign is displaying an active message. 16 ' 17 10. Be equipped with a redundant light source such that the sign will continue to emit light 18 if one of the light sources fails. 19 ▪ 20 The PCMS panels and related equipment shall be permanently mounted on a trailer with all 21 controls and power generating equipment. 22 • 23 The PCMS shall be operated by an easy to use controller that provides the following functions: 24 25 1. Select any preprogrammed message by entering a code. ' 26 2. Sequence the display of at least five messages. 27 3. Blank the sign. 28 4. Program new message, which may include moving arrows and chevrons. 29 5. Mirror the message currently being displayed or programmed. 30 31 Portable changeable message sign(s) shall be available, on site, for the life of the project. I32 33 The Contractor shall operate the PCMS in accordance with the approved traffic control plans or 34 as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. I35 36 8-31.1 Measurement 37 38 Portable Changeable Message Signs will be measured per day used on the project. I39 40 The days of operation will be determined by the Engineer. Any days of operation in excess of 41 those determined by the Engineer will be at the Contractors expense. 1 42 43 8-31.2 Payment 44 I45 The unit contract price for the portable changeable message signs shall include all costs for 46 furnishing the PCMS, transporting the PCMS to and from each project site, and maintaining the 47 PCMS, and shall be incidental to the following: 1 49 "Portable Changeable Message Sign", per day. 50 City of Federal Way • RFB#15-003 S 324th Street Preservation Project Page 109 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 The cost for relocation of the PCMS within each project limit will be paid in accordance with 1- 2 10.3(1). 3 4 END OF DIVISION 8 5 • • 1 1 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 110 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 1 DIVISION 9 I2 3 MATERIALS 4 5 9-03.8(2)HMA Test Requirements • 6 (March 10, 2010 APWA GSP) 7 1 8 Section 9-03.8(2) is supplemented with the following: 9 10 ESAL's I11 The number of ESAL's for the design and acceptance of the HMA shall be 10 million. 12 9-03.8(7) HMA Tolerances and Adjustments I13 (March 10,2010 APWA GSP) 14 15 Delete Item 1 and replace it with the following: 16 • 17 1. Job Mix Formula Tolerances. After the JMF is determined as required in 5-04.3(7)A, 18 the constituents of the mixture at the time of acceptance shall conform to the following 19 tolerances: 120 Nonstatistical Commercial Evaluation Evaluation ' Aggregate, percent passing 1, 3/4", 1/2", and 3/8"sieves ±6% ±8% U.S. No. 4 sieve ±6% ±8% U.S. No. 8 sieve ±6% ±8% ' U.S. No. 200 sieve ±2.0% ±3.0% Asphalt Binder ±0.5% ±0.7% 21 22 These tolerance limits constitute the allowable limits as described in Section 1-06.2. The 23 tolerance limit for aggregate shall not exceed the limits of the control points section, except I24 the tolerance limits for sieves designated as 100% passing will be 99-100. The tolerance 25 limits on sieves shall only apply to sieves with control points. 26 27 9-03.21 Recycled Material I28 29 9-03.21(1) is supplemented with the following: I30 31 (******) 32 No recycled glass shall be permitted in aggregate backfill or borrow products. 33 I34 SECTION 9-21 RAISED PAVEMENT MARKERS (RPM) 35 36 9-21.2(1) Physical Properties I37 Section 9-21.2(1) is supplemented with the following: 38 • 39 Type 2 raised pavement markers shall NOT be ceramic. City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 111 2015 Special Provisions to Standard Specifications RFB ver. 1-08 I 1 2 9-28 SIGNING MATERIALS AND FABRICATION I 3 4 9-28.1 General 5 6 Section 9-28.1 is supplemented with the following: 7 8 Specialty Signs, Poles and Bases 9 10 Specialty Signs, Poles and Bases include Rectangular Rapid Flashing Beacons (RRFB)s per 11 the plans and details meeting the manufactures recommendations for installation and the I 12 following: 13 14 The RRFB Crosswalk System shall be fully compliant with all current MUTCD IA-11 I 15 guidelines and standards. 16 • Roadside Specialty Signs, Poles and Bases I 17 18 This RRFB Crosswalk System shall be comprised of two solar powered pole mounted 19 control units with wireless radio interconnect, two bi-directional RRFB assemblies and ' 20 two ADA compliant pushbutton assemblies. Pole assemblies, mounting hardware, 21 crosswalk signage, and bases are furnished and installed by the contractor. 22 • Modified Roadside Specialty Signs, Poles and Bases I 23 24 This RRFB Crosswalk System is for a School Zone and shall be comprised of two solar I 25 powered pole mounted control units with wireless radio interconnect, two bi-directional 26 RRFB assemblies and two ADA compliant pushbutton assemblies. Pole assemblies, 27 mounting hardware, crosswalk signage, and bases are furnished and installed by the 28 contractor. I 29 • Median Specialty Signs, Poles and Bases 30 I 31 This RRFB Crosswalk system adds an additional Specialty Sign, Pole and Base and shall 32 function with the two (2) Roadside Specialty Signs, Poles and Bases and are also 33 comprised of a solar powered pole mounted control unit with wireless radio interconnect I 34 to the Roadside Specialty. Signs, Poles and Bases with a bi-directional RRFB assembly. 35 Poles assemblies, mounting hardware, crosswalk signage, and bases are furnished and 36 installed by the contractor. I 37 38 TECHNICAL SPECIFICATIONS 39 I 40 1. Beacons: Shall be simple to maintain and allow the replacement of individual 41 rectangular beacons. The light source shall be LED and be highly visible from a 42 minimum of 1,000 feet in advance of the crosswalks during the day. The LED's shall I 43 be rated for a minimum of ten (10) years. The light configuration shall be bi- 44 directional for the notification to motorists approaching from either direction and an 45 LED light shall be positions on the end of the RRFB assembly facing the crosswalk I 46 for the notification to the pedestrians that the system is active. 47 1) Beacon Dimensions and Placement in Sign Assembly: I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 112 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 1 I2 a. Each RRFB shall consist of two rectangular-shaped yellow indications, each 3 with an LED-array based light source. Each RRFB indication shall be a 1 4 minimum of approximately 5 inches wide by approximately 2 inches high. 5 b. The two RRFB indications shall be aligned horizontally, with the longer ' 6 7 dimension horizontal and with a minimum space between the two indications of approximately seven inches (7 in), measured from inside edge of one 8 indication to inside edge of the other indication. I9 c. The outside edges of the RRFB indications, including any housings, shall not 10 project beyond the outside edges of the W11-2 or Si-1 sign. I11 d. As a specific exception to 2003 MUTCD Section 4K.01 guidance, the RRFB 12 shall be located between the bottom of the crossing warning sign and the top • 13 of the supplemental downward diagonal arrow plaque (or, in the case of a I14 supplemental advance sign, the AHEAD plaque), rather than 12 inches above 15 or below the sign assembly. (See plans and details) I16 2) Beacon Flashing Requirements: 17 a. When activated, the two yellow indications in each RRFB shall flash in a • 18 rapidly alternating "wig-wag" flashing sequence (left light on, then right light 19 on). II 20 b. As a specific exception to 2003 MUTCD Section 4K.01 requirements for the • 21 flash rate of beacons, RRFBs shall use a much faster flash rate. Each of the 22 two yellow indications of an RRFB shall have 70 to 80 periods of flashing per II 23 minute and shall have alternating but approximately equal periods of rapid • 24 pulsing light emissions and dark operation. During each of its 70 to 80 25 flashing periods per minute, one of the yellow indications shall emit two rapid ' 26 pulses of light and the other yellow indication shall emit three rapid pulses of 27 light. • 28 c. The flash rate of each individual yellow indication, as applied over the full on- 29 off sequence of a flashing period of the indication, shall not be between 5 30 and 30 flashes per second, to avoid frequencies that might cause seizures. I31 d. The light intensity of the yellow indications shall meet the minimum 32 specifications of Society of Automotive Engineers (SAE) standard 3595 33 (Directional Flashing Optical Warning Devices for Authorized Emergency, I34 Maintenance, and Service Vehicles) dated January 2005. 35 3) Beacon Operation: is 36 a. The RRFB shall be normally dark, shall initiate operation only upon pedestrian 37 actuation, and shall cease operation at a predetermined time after the I38 pedestrian actuation or, with passive detection, after the pedestrian clears 39 the crosswalk. City of Federal Way RFB#15-003 S 324' Street Preservation Project Page 113 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 I 1 b. All RRFBs associated with a given crosswalk shall, when activated, 2 simultaneously commence operation of their alternating rapid flashing I 3 indications and shall cease operation simultaneously. 4 c. Pedestrian pushbuttons are used to actuate the RRFBs, a pedestrian I 5 instruction sign with the legend PUSH BUTTON TO TURN ON WARNING 6 LIGHTS shall be mounted adjacent to or integral with each pedestrian 7 pushbutton. I 8 d. The duration of a predetermined period of operation of the RRFBs following 9 each actuation should be based on the MUTCD procedures for timing of I 10 pedestrian clearance times for pedestrian signals. Initial settings shall be 3.5 11 feet per second and field adjusted as required by the City. 12 2. Flash Bar: The RRFB flash bar shall be constructed of durable and corrosion I 13 resistant powder coated aluminum. The bar shall be modular in design; where a 14 damaged portion of the light bar can be easily replaced without having to remove 15 the entire bar from the pole. The bar shall wrap around the pole and be installed as ' 16 one piece with protective cover concealing the mounting fasteners. Fasteners shall 17 be stainless steel and not be visible or accessible to a person standing on the 18 ground. The flash bar shall mount to a 4.5 " OD pole assembly and conform to the , 19 specifications within this section. 20 3. Beacon Control: The flash pattern, activation duration and any activation schedules I 21 shall be determined by the system controller. The system controller shall adjust 22 beacon brightness as outside light levels change between day and night, being 23 brighter during the day and dimming at night. I 24 4. MUTCD Flash Pattern Compliance (now and for any future changes): System shall 25 support online configuration changes such that if MUTCD guidelines call for a new I 26 flash pattern the system can be quickly upgraded. 27 28 Controller: I 29 1. Enclosure: The controller unit shall be housed in a NEMA 4X rated, pole mounted, 30 aluminum cabinet with stainless steel hinge. I 31 2. Power: The controller unit shall include a minimum 45 watt solar assembly. The 32 controller system shall also include a backup battery source capable of running the I 33 system for ten days without sunlight. 34 3. Manual Control: The system controller shall offer manual control options via dials 35 within the controller cabinet. Configurations shall allow for selecting from among , 36 various flash patterns and flash durations of 1 to 100 seconds. 37 4. Controller to Controller Communication: The controller shall support wireless I 38 communication using spread spectrum radio frequency allowing the controllers 39 located at both ends of the crosswalk to send wireless contact closures to each other 40 for when the system has been activated, thus eliminating the need for cable I 41 trenching. Range shall be at least 500 feet. Up to 10 optional RF channels shall be 42 available to allow multiple systems to operate independently within close proximity 43 of each other. I City of Federal Way • RFB#15-003 S 324th Street Preservation Project Page 114 2015 Special Provisions to Standard Specifications I RFB ver. 1-08 ii 1 5. Multi-Activation Input Capable: The Controller shall accept momentary or latched- ' 2 contact closure inputs for activation purposes. It shall be able to distinguish at least 3 two distinct input signals and associate them with different activation behaviors. ii 4 6. Calendar Capable: The remote configuration controller shall be designed to support 5 time-based and calendar-based activations. 6 7 Activation Method: 8 1. Pedestrian Pushbutton Assembly: The RRFB Crosswalk Lighting System shall be i I 9 activated by an ADA compliant pedestrian pushbutton that shall incorporate a ▪ 10 momentary LED and two-tone audible beep when pressed. The pushbutton assembly 11 shall include a 5x7 inch R62E sign to include the message "PUSH BUTTON FOR 12 PEDESTRIAN WARNING LIGHTS" followed by a directional arrow and "CROSS WITH 13 CAUTION."The message shall also be displayed in Braille. 14 15 Controller Power, Dimensions minimums: I16 Solar: 45W Solar Panel with 35 AHr Battery 17 19"H x 10 W x 6"D 18 I19 Signal Heads: 20 N Daylight distance visibility >1000 feet 21 N Night distance visibility > 1 mile I22 N Flash patterns •RRFB patter 23 N Optics Polycarbonate lenses 24 N Head color Amber I 25 N Body Black Aluminum 26 N Bi-directional beacon head dimensions 20'W x 3"H x 6"D 27 28 Signs on Assembly Locations: 29 • Roadside Specialty Signs, Poles and Bases and Median Specialty Signs, Poles I30 and Bases 31 32 Each RRFB shall have, two back-to-back W11-2 standard fluorescent green - II33 yellow crossing warning signs (each with RRFB and two back-to-back W16-7p 34 plaque standard fluorescent green-yellow) and shall be installed at the 35 crosswalk, one on the right-hand side of the roadway and one on the left- ' 36 hand side of the roadway. If in the median, assembly shall be installed in the 37 median as shown on the plans, shall have two back-to-back W11-2 standard 38 fluorescent green-yellow warning signs and two back-to-back W16-7p Mod 39 standard fluorescent green-yellow (downward double arrows - opposite 40 directions). ' 41 • Modified Roadside Specialty Signs, Poles and Bases 42 43 Each RRFBs shall have, two back-to-back S1-1 standard fluorescent yellow- ' 44 green crossing warning signs (each with RRFB and two back-to-back W16-7p 45 plaque standard fluorescent green-yellow) shall be installed at the crosswalk, 46 one on the right-hand side of the roadway and one on the left-hand side of 47 the roadway. ' City of Federal - ty ral Way RFB#15 OQ3 S 324th Street Preservation Project Page 115 2015 I Special Provisions to Standard Specifications RFB ver. 1-08 1 2 Poles and Bases: 3 4 A detail for breakaway sign pole bases are provided in the details titled , 5 SPECIFICATION - SQUARE ALUMINUM TRAFFIC SIGNAL BASE. 6 7 Pelco GS-11 pole and base or approved equal shall be required. The installation 8 system includes the 15 inches high cast aluminum Pelco base with PB-5325 9 reinforcing collar, 4.5-inch diameter by 0.43-inch thick spun aluminum pole with 10 a 3-foot deep reinforced concrete base foundation as shown on the plans and 11 details. The system includes 0.984-inch diameter 90-degree anchor bolts with I 12 washers and locking nuts mounting hardware. 13 14 Warranty: 15 16 Two (2) year minimum. Bidders must include manufacturer's warranty 17 information with this bid submittal. 18 19 9-28.12 Reflective Sheeting 20 ,21 Section 9-28.12 is supplemented with the following: 22 23 All roadside mounted signs shall use Type III sheeting. 24 25 9-28.14 Sign Support Structures 26 27 9-28.14(1) Timber Sign Posts 28 29 Section 9-28.14(1) is supplemented with the following: 30 31 All ground-mounted signposts shall use Western Red Cedar wood posts unless approved 32 . otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below 33 the finished ground line. Post backfill shall be compacted at several levels to minimize I 34 settling. All posts shall be two-way plumb. 35 36 9-29.19 Pedestrian Push Buttons , 37 38 Section 9-29.19 is supplemented with the following: 39 40 The Contractor shall provide and install pedestrian pushbuttons and signs, as shown on the 41 Plans. The position of the pedestrian pushbuttons shall be located generally parallel to the 42 crosswalk for which the button is intended to serve; however, final positioning for the 43 optimum effectiveness shall be approved by the Engineer. 44 45 Pushbuttons shall be mounted to the poles by means of stainless steel bolts per WSDOT 46 Standard Plan 3-5. All mountings shall be securely fastened as approved by 47 the Engineer. All mounting bolts shall be non-corrosive stainless steel. 48 ' . 49 SECTION 9-29 ILLUMINATION, SIGNAL AND ELECTRICAL 50 51 9-29.3(2)F Detector Loop Wire , City of Federal Way RFB#15-003 S 324'Street Preservation Project Page 116 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 Section 9-29.3(2)F is deleted and replaced with the following: I2 3 (October 5, 2009 WSDOT NWR) 4 Detector Loop Wire ▪ 5 Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to 6 IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a 7 polyethylene outer jacket(PE tube). • 8 ' 9 9-29.3(2)H Three-Conductor Shielded Cable 10 Section 9-29.3(2)H is supplemented with the following: 11 12 (March 13, 2012 ******) 13 Lead-in cable back to the controller for Opticom units shall be 3-M detector 138 cable or II 14 equivalent. ▪ 15 16 9-29.19 Pedestrian Push Buttons ' 17 Section 9-29.19 is deleted and replaced with the following: 18 19 (August 1, 2012 ******) 111 20 The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as 21 shown on the Plans. The position of the pedestrian pushbuttons shall be located in a 22 manner such that the tactile arrow is aligned parallel to the direction of travel for the ' 23 crosswalk which the pushbutton is intended to serve; however final positioning for the 24 optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton 25 units shall be Campbell Company Model Advisor Guide Accessible Pedestrian Station (AGPS) 26 or approved equal and shall meet the following requirements: 27 28 Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings 29 shall be securely fastened as approved by the Engineer. 30 31 The sign legend to be used shall be sign designation R10-3e and shall be nine (9) inches by 32 fifteen (15) inches. All mounting bolts shall be non-corrosive stainless steel. 33 34 The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) 35 shall operate at a temperature range of-35C to 85C. Power requirements shall be 120 VAC, I36 60 Hz (100 ma, typical +/- 20%). 37 38 Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile 39 arrow. The audible speaker shall be programmable to have a button locator tone, 40 acknowledgement tone/message, walk cycle tone/message and clearance tone/message. 41 The unit(s) shall have automatic volume controls for message strength over ambient noise 42 levels. The walk tone/message shall be programmable to stop with the walk signal or other 43 user settable time. The unit(s) shall be user settable for Accessible Pedestrian Signal (APS) 44 message initiation with an extended press or on call. ' 45 46 The call confirmation LED shall be red with 160 degree view ability and once activated shall 9 tY 47 remain illuminated until the corresponding walk indication is given. An audible 48 acknowledgement message of "WAIT" shall accompany each activation of the call 49 confirmation LED. 50 City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 117 2015 • Special Provisions to Standard Specifications RFB ver. 1-08 1 The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 2 second intervals. The locator tone shall be intensity responsive to ambient sound and be 3 audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA 4 louder than ambient sound. 5 I 6 A walk cycle audible message shall be set for each pushbutton unit and shall be patterned 7 after the model: "Broadway. Walk sign is on to cross Broadway." The walk cycle message 8 shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound 9 up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the 10 beginning of the associated crosswalk during the walk interval only. 11 12 The vibrotactile arrow shall be located on the pushbutton and shall have high visibility 13 contrast of either light on dark or dark on light. The pushbutton units shall be installed in a 14 manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the 15 crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate 16 with the walk cycle. 17 18 9-29.20 Pedestrian Signals 19 Section 9-29.20 is supplemented with the following: 20 21 (December 12, 2011) 22 The symbol message modules shall plug directly into the transformer or be solid-state 23 modules. 24 25 Side mountings shall be clamshell mountings Type "E," as shown on WSDOT Standard 26 Plan J-20.16-00 unless otherwise noted on The Plans. All terminal compartments shall be 27 painted in the same manner as specified for signal housings. All pedestrian head mounting 28 bolts shall be noncorrosive stainless steel. Where pedestrian signal heads are to be fastened 29 to the vehicle signal pole, the Contractor shall securely attach the clamshell mounting to the 30 pole using stainless steel Allen-head bolts. 31 32 Pedestrian display housings shall have a minimum depth capable of accommodating a 33 Campbell Advisor Pedestrian Pushbutton Controller in the rear of the housing. 34 35 9-29.20(1) LED Pedestrian Displays 36 Section 9-29.20(1) is modified as follows: 37 38 Section 9-29.20(1), Paragraph 1, Items la, ib, ic, le, if, lg and ih are deleted. 39 (March 6, 2012 ******) 40 41 Section 9-29.20(1) is supplemented with the following: 42 43 (December 18, 2009 ******) 44 Pedestrian signals shall be LED Countdown units as manufactured by Dialite Corporation or 45 approved equal per the specifications included in the appendices of these Special Provisions. 46 47 All pedestrian signal displays shall be the light emitting diode (LED) type with displays for 48 "HAND", "MAN" and a countdown timer. Each LED pedestrian signal module shall not 49 require special tools for installation. The installation of an LED pedestrian module shall not 50 require any modification to the housing. Each LED pedestrian module shall be a single, self- 51 contained device, not requiring any on-site assembly for installation into any pedestrian I City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 118 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 signal housing. The power supply for the LED pedestrian module may be packaged as a I 2 separate module. 3 4 All pedestrian "HAND" modules and countdown timer display modules shall be Portland 5 Orange and shall conform to current ITE Standards for size, chromaticity, and intensity. LED 6 pedestrian "HAND" modules shall be manufactured with a matrix of AIInGaP LED light 7 sources. All pedestrian walking "MAN" modules shall be Lunar White and shall conform to • 8 current ITE Standards for size, chromaticity, and intensity. LED pedestrian walking "MAN" 9 modules shall be manufactured with a matrix of InGaN LED light sources. The"HAND"and 10 walking "MAN" message-bearing surfaces shall be filled (not outline) symbols. The LED ▪ 11 pedestrian modules shall be operationally compatible with controller and conflict monitors • 12 on this Project. 13 I14 The LED pedestrian module shall be rated for use in the ambient operating temperature 15 range of minus 40 degrees C to 74 degrees C. Each LED pedestrian module shall be 16 protected against dust and moisture intrusion per the NEMA Moisture Resistance STD 250- ▪ 17 1991 for Type 4 enclosures to protect all internal components. The assembly, ▪ 18 manufacturing, and mounting of the LED pedestrian module shall be designed to assure all 19 internal LED and electronic components are adequately supported to withstand mechanical I20 shock and vibration from high winds and other sources. The manufacturer's name, 21 trademark, serial number, and other necessary identification shall be permanently marked 22 on the backside of the LED pedestrian module. LED signal pedestrian modules used on this I▪ 23 Project shall be from the same manufacturer. A label shall be provided on the LED housing, 24 and the Contractor shall mark the label with a permanent marker to note the installation 25 date. I26 27 LED pedestrian modules shall operate at a maximum power consumption of 15W. Each LED 28 pedestrian module shall be operated from a 60 plus 3-Hz AC line over a range of 80 VAC to ' 29 135 VAC. Nominal operating voltage for all measurements shall be 120 plus 3 volts rms. . 30 The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified 31 above. Fluctuations in the line voltage specified above shall not affect luminous intensity by I32 more than plus 10 percent. The signal module on-board noise transients and low-repetition 33 high-energy transients shall be as stated in Section 2.1.6, NEMA Standard TS-2, 1992. The 34 individual LED light sources shall be wired so that catastrophic failure of any one LED light 35 source will result in the loss of not more than 20 percent of the signal module light sources. 36 LED pedestrian signal modules shall provide a power factor of 0.90, or greater, when 37 operated at nominal operating voltage, and 25 degrees C. Total harmonic distortion induced 38 into an AC power line by an LED pedestrian module shall not exceed 20 percent. Each LED 39 pedestrian module and associated onboard circuitry shall meet Federal Communications 40 Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of • 41 electrical noise.` Two secured, color-coded, 600V, 20AWG minimum, jacketed wires, I42 conforming to the National Electric Code, rated for service at 105 degrees C, are to be 43 provided for electrical connection. 44 I45 LED signals shall show no evidence of illumination for input voltages below 35 volts. LED 46 signals shall supply illumination current (unregulated) for all input voltages higher than I47 45 volts (and conform to appropriate intensity requirements specified above 80 volts). 48 49 The manufacturer shall provide a written warranty against defects in materials and II 50 workmanship for the LED signal modules for a period of 60 months and against loss of City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 119 2015 ' Special Provisions to Standard Specifications RFB ver. 1-08 1 intensity below 50 percent of original values for a period of 36 months after installation of 2 the modules. All warranty documentation shall be given to the Engineer prior to installation. 3 4 9-29.20(2) Neon Grid Type 5 Section 9-29.20(2) is deleted. 6 (March 13, 2012 ******) 7 8 SECTION 9-34 PAVEMENT MARKING MATERIAL 9 10 9-34.3(4) Type D—Liquid Cold Applied Methyl Methacrylate 11 Section 9-34.3(4) is supplemented with the following: • 12 13 (March 13, 2012 ******) 14 The methyl methacrylate (MMA) material shall be formulated as a long-life durable 15 pavement marking system capable of providing a minimum of two years of continuous 16 performance. The material shall be a catalyzed methyl methacrylate (MMA), wet-continuous 17 reflective product and placed shall have a dry time (cure) to the touch of no more than 30 I 18 minutes. The material shall be capable of retaining reflective glass beads and ceramic 19 micro-crystalline elements of the drop-on or spray-on type as specified by the manufacturer. 20 The binder shall be lead free and suitable for bituminous and concrete pavements. 21 22 9-34.4 Glass Beads for Pavement Marking Materials 23 Section 9-34.4 is supplemented with the following: 24 25 (March 13, 2012 ******) 26 Methyl Methacrylate Pavement Markings Optics 27 28 Glass Beads 29 Surface-drop glass beads shall be the "Utah Blend"with a Methacrylate compatible coupling 30 agent approved by the material manufacturer. 31 32 Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred 33 square feet. 34 35 Bonded Core Elements I 36 Surface-drop ceramic elements. shall be the Series 50M or 70M with a Methacrylate 37 compatible coupling agent approved by the material manufacturer. Elements shall meet or 38 exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 39 2176. , 40 41 The bonded core reflective elements shall contain either clear or yellow tinted 42 microcrystalline ceramic beads bonded to the opacifed core. These elements shall not be 43 manufactured using lead, chromate or arsenic. All "dry-performing"microcrystalline ceramic 44 beads bonded to the core shall have a minimum index of refraction of 1.8 when tested 45 using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads I 46 bonded to the core shall have a minimum index of refraction of 2.30 when tested using the 47 liquid oil immersion method. 48 ' 49 There are two gradations for the bonded core elements, standard size and "S" series. "S" 50 series is a slightly finer gradation of elements compared to standard. 51 ' City of Federal Way RFB# 15-003 S 324th Street Preservation Project Page 120 2015 Special Provisions to Standard Specifications RFB ver. 1-08 1 I Element Gradations I Mass Percent Passing (ASTM D1214) US Mesh Micron Standard Elements "S"Series 12 1700 80-100 85-100 I 14 1410 45-80 70-96 16 1180 5-40 50-90 18 1000 0-20 5-60 I 20 850 0-7 0-25 30 600 0-7 1 I2 A sample of bonded core reflective elements supplied by the manufacturer shall show 3 resistance to corrosion of their surface after exposure to a 1% solution (by weight) of 4 sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into I5 1000cc of distilled water' CAUTION: Always add the concentrated acid into the water, not 6 the reverse. 7 I 8 The bonded core elements are surface treated to optimize embedment and adhesion to the 9 MMA binder. Elements treated for use with MMA shall have identification on packaging or 10 label to indicate use with the MMA binder. 11 12 Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by 13 one (1) linear foot of marking: I14 15 Reflectance 16 Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity I17 is averaged over many readings. Minimum Retro reflectivity results represent average 18 performance for smooth pavement surfaces. Values represent both standard and "S" Series 19 elements. Results may vary due to differences in pavement type and surface roughness. I20 Increased element drop rate may be necessary to compensate for increased surface area 21 characteristic of rough pavement surfaces. The initial retro reflectance of a single 22 installation shall be the average value determined by the measurement procedures outlined I23 in ASTM E 1710, using a 30-meter (98.4 feet) retro-reflectometer. RL shall be expressed in 24 units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)]. 25 I 26 The optics incorporated into the pavement marking system shall be tested and certified by 27 an independent laboratory to meet ASTM E2177 for wet-recovery and ASTM E2176 for wet- 28 continuous performance levels. I29 30 The pavement marking system installed shall meet a minimum Dry reflectance value of 700 31 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement I32 markings and wet-recovery (as described by ASTM 2177) reflectance value of 375 33 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement 34 markings, and wet-continuous (as described by ASTM 2176 testing) reflectance values of • 35 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement 36 markings as measured with a 30 meter device approved by the Traffic Engineering Division 37 (TED). . 38 • 39 The Contractor will be required to take and record readings every 500 feet utilizing a 30 40 meter device approved by the Traffic Engineering Division. These readings shall be recorded I41 on the daily report and submitted to the project engineer at the end of each work day or 42 shift. City of Federal Way RFB#15-003 324th Street Preservation Project Page 121 2015 Is Special Provisions to Standard Specifications RFB ver. 1-08 1 1 Minimum Initial Retro Reflectance Values White Yellow Dry (ASTM E1710) 700 500 Wet recovery(ASTM E2177) 375 280 Wet continuous(ASTM E2176) 150 125 2 3 END OF DIVISION 9 1 • . 1 1 1 t i 1 1 1 1 . 1 1 City of Federal Way RFB#15-003 S 324th Street Preservation Project Page 122 2015 Special Provisions to Standard Specifications RFB ver. 1-08 APPENDIX A FHWA 1273 1 1 1 1 1 I 1 IFHWA-1273— Revised May 1,2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I I. General 3. A breach of any of the stipulations contained in these I II. Nondiscrimination Required Contract Provisions may be sufficient grounds for 111. Nonsegregated Facilities withholding of progress payments,withholding of final IV. Davis-Bacon and Related Act Provisions payment,termination of the contract,suspension!debarment V. Contract Work Hours and Safety Standards Act or any other action determined to be appropriate by the VI. I Provisions contracting agency and FHWA. Subletting or Assigning the Contract VII. Safety:Accident Prevention 4. Selection of Labor:During the performance of this contract, VIII. False Statements Concerning Highway Projects the contractor shall not use convict labor for any purpose IX. Implementation of Clean Air Act and Federal Water within the limits of a construction project on a Federal-aid I Pollution Control Act highway unless it is labor performed by convicts who are on X. Compliance with Govemmentwide Suspension and parole,supervised release,or probation. The term Federal-aid Debarment Requirements highway does not Include roadways functionally classified as XI. Certification Regarding Use of Contract Funds for local roads or rural minor collectors. Lobbying 1 ATTACHMENTS II. NONDISCRIMINATION A.Employment and Materials Preference for Appalachian The provisions of this section related to 23 CFR Part 230 are Development Highway System or Appalachian Local Access applicable to all Federal-aid construction contracts and to all I Road Contracts(included in Appalachian contracts only) related construction subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply,engineering,or architectural service contracts. I. GENERAL I In addition,the contractor and all subcontractors must comply 1. Form FHWA-1273 must be physically incorporated in each with the following policies:Executive Order 11246,41 CFR 60, construction contract funded under Title 23(excluding 29 CFR 1625-1627,Title 23 USC Section 140,the emergency contracts solely intended for debris removal). The Rehabilitation Act of 1973,as amended(29 USC 794),Title VI contractor(or subcontractor)must insert this form in each of the Civil Rights Act of 1964,as amended,and related I subcontract and further require its inclusion in all lower tier regulations including 49 CFR Parts 21,26 and 27;and 23 CFR subcontracts(excluding purchase orders,rental agreements Parts 200,230,and 633. and other agreements for supplies or services). The contractor and all subcontractors must comply with: the The applicable requirements of Form FHWA-1273 are requirements of the Equal Opportunity Clause in 41 CFR 60- ' incorporated by reference for work done under any purchase 1.4(b)and,for all construction contracts exceeding$10,000, order,rental agreement or agreement for other services. The the Standard Federal Equal Employment Opportunity prime contractor shall be responsible for compliance by any Construction Contract Specifications in 41 CFR 60-4.3. subcontractor,lower-tier subcontractor or service provider. I Note:The U.S.Department of Labor has exclusive authority to Form FHWA-1273 must be included in all Federal-aid design- determine compliance with Executive Order 11246 and the build contracts,in all subcontracts and in lower tier policies of the Secretary of Labor including 41 CFR 60,and 29 subcontracts(excluding subcontracts for design services, CFR 1625-1627. The contracting agency and the FHWA have purchase orders,rental agreements and other agreements for the authority and the responsibility to ensure compliance with I supplies or services). The design-builder shall be responsible Title 23 USC Section 140,the Rehabilitation Act of 1973,as for compliance by any subcontractor,lower-tier subcontractor amended(29 USC 794),and Tale VI of the Civil Rights Act of or service provider. 1964,as amended,and related regulations including 49 CFR Parts 21,26 and 27;and 23 CFR Parts 200,230,and 633. Contracting agencies may reference Form FHWA-1273 in bid I proposal or request for proposal documents,however,the The following provision is adopted from 23 CFR 230,Appendix Form FHWA-1273 must be physically incorporated(not A,with appropriate revisions to conform to the U.S. referenced)in all contracts,subcontracts and lower-tier Department of Labor(US DOL)and FHWA requirements. subcontracts(excluding purchase orders,rental agreements I and other agreements for supplies or services related to a 1.Equal Employment Opportunity Equal employment construction contract). opportunity(EEO)requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth 2. Subject to the applicability criteria noted in the following under laws,executive orders,rules,regulations(28 CFR 35, sections,these contract provisions shall apply to all work 29 CFR 1630,29 CFR 1625-1627,41 CFR 60 and 49 CFR 27) 1 performed on the contract by the contractor's own organization and orders of the Secretary of Labor as modified by the and with the assistance of workers under the contractor's provisions prescribed herein,and imposed pursuant to 23 immediate superintendence and to all work performed on the U.S.C. 140 shall constitute the EEO and specific affirmative contract by piecework,station work,or by subcontract. action standards for the contractor's project activities under I I 1 1 this contract.The provisions of the Americans with Disabilities 4.Recruitment:When advertising for employees,the Act of 1990(42 U.S.C. 12101 et seq.)set forth under 28 CFR contractor will include in all advertisements for employees the 35 and 29 CFR 1630 are incorporated by reference in this notation: An Equal Opportunity Employer." All such contract.In the execution of this contract,the contractor advertisements will be placed in publications having a large agrees to comply with the following minimum specific circulation among minorities and women in the area from requirement activities of EEO: which the project work force would normally be derived. a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. meet this requirement,the contractor will identify sources of potential minority group employees,and establish with such b.The contractor will accept as Its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed,and that employees are treated during b. In the event the contractor has a valid bargaining employment,without regard to their race,religion,sex,color, agreement providing for exclusive hiring hall referrals,the national origin,age or disability. Such action shall include: contractor Is expected to observe the provisions of that employment,upgrading,demotion,or transfer,recruitment or agreement to the extent that the system meets the contractors recruitment advertising;layoff or termination;rates of pay or compliance with EEO contract provisions. Where other forms of compensation;and selection for training, implementation of such an agreement has the effect of including apprenticeship,pre-apprenticeship,and/or on-the- discriminating against minorities or women,or obligates the job training." contractor to do the same,such implementation violates Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make known to the contracting officers an EEO Officer who will have c. The contractor will encourage its present employees to the responsibility for and must be capable of effectively refer minorities and women as applicants for employment. administering and promoting an active EEO program and who Information and procedures with regard to referring such must be assigned adequate authority and responsibility to do