Loading...
AG 15-170RETURN TO: EXT: ��0'3 CITY OF FEDERAL WAY LAW DEPARTMENT RO 1. ORIGINATINGDEPT/DIV: PUBLIC WjOORKS, /, + 1^J j Z. ORIGINATING STAFF PERSON: y l II�I� I I ry- Imo' l (/ t;e n EXT: K Z-7 2-5 3. DATE REQ. BY: v TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ ❑ PROFESSIONAL SERVICE AGREEMENT ❑ • GOODS AND SERVICE AGREEMENT ❑ • REAL ESTATE DOCUMENT ❑ • ORDINANCE ❑ • CONTRACT AMENDMENT (AG_ #). c ❑ OTHER �� �Z� �1 c ns 1 %► c c: t SMALL OR LIMITED PUBLIC WORKS CONTRACT MAINTENANCE AGREEMENT HUMAN SERVICES / CDBG SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) RESOLUTION INTERLOCAL S. PROJECT NAME: S �V4 �Jl 1-�� A\le �► itC� `��G1 `OYI �1Q�yL� 6. NE Al E- SI1 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXH113ITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIO ONTRACT /AME DMENTS CFW LICENSE # j 1 BL, EXP. 12/31/ UB[ # P. S. TERM: COMMENCEMENT DATE: COMPLETION DATE: ` 9. TOTAL COMPENSATION: $ (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES 2 ❑ //N��O � (IF�YES, $ f� d) �j�Tj�j PAID BY: ❑ CONTRACTOR ❑ CITY PURCHASING: PLEASE CHARGE TO: -50& • �l "7 tr • J L • �D� `�' ✓ �J 10. DOCUMENT/ CONTRACT REVIEW PROJECT MANAGER DIVISION MANAGER C( - DEPUTY DIRECTOR 5Y DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) 3J$ [SLAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) INITIAL/ DATE REVIEWED COMMITTEE APPROVAL DATE: X 12. CONTRACT SIGNATURE ROUTING )ti-,SENT TO VENDOR/CONTRACTOR DATE SENT: ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSE( S, EXHIBITS INITIAL / DATE APPROVED COUNCIL APPROVAL DATE:1!k)/557— DATE REC' D: IN.94AL / DATE SIGNED V' LAW DEPT �i ❑ CHIEF OF STAFF SIGNATORY AYOR ►r ^✓` l/ G gN)o CITY CLERK All ASSIGNED AG # A /�J %-SIGNED COPY RETURNED DATE SENT: RETURNA5'r E ORIGINALS COMMENTS: �n"JI) EXECUTE ORIGINALS CSC iec - t p io C �rl-v ✓e,,T ., 11/9 I Contract Book #1 CITY OF.� Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFZCATZONS S 304th St at 28th Ave S Intersection Improvements RFS # 15 -004 City of Federal Way Public Works Department 33325 Eighth Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR S 304t' St at 28t" Ave S Intersection Improvements RFB # 15 -004 Bids Accepted Until 10:00 a.m., July 21, 2015 Bids Opened 10:10 a.m., July 21, 2015 AT: City of Federal Way City Council Chambers 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: Tetra Tech 400112 th Ave NE, Suite 400 Bellevue, WA 98004 City of Federal Way RFB # 15 -004 S 304111 St at 281h Ave S Page 2 2015 RFB ver. 1 -15 1 1 1 i C� TABLE OF CONTENTS PAGE PUBLIC NOTICE — REQUEST FOR BIDS ......................................... ..............................4 BIDDER'S CHECKLIST ................................................................... ..............................6 SECTION 1: INSTRUCTIONS TO BIDDERS ..................................... ..............................8 SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS .............................15 NO BID RESPONSE FORM (Attachment A) ................................... .............................21 BID FORM (Attachment B) ........................................................... .............................22 BID SCHEDULE (Attachment C) ................................................... .............................24 BID SIGNATURE PAGE (Attachment D) ........................................ .............................27 BID BOND FORM (Attachment E) ................................................. .............................28 SUBCONTRACTOR LIST (Attachment F) ....................................... .............................29 COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) .......................30 CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) ........ .............................32 PUBLIC WORKS CONTRACT (Attachment I) ................................. .............................33 (with Exhibits A -H and Appendixes as attached) Exhibit A Notice of Completion Exhibit B Contract Change Order Agreement Exhibit C Contractor's Retainage Agreement Exhibit D Retainage Bond to the City of Federal Way Exhibit E Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Exhibit F Certificate(s) of Insurance Exhibit G Performance /Payment Bond Exhibit H Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS ............................ GREEN PAGES SPECIAL PROVISIONS ............................................... ............................... BLUE PAGES WSDOT STANDARD PLANS AND DETAILS (APX. A) . ............................... WHITE PAGES CITY OF FEDERAL WAY STANDARD PLANS AND DETAILS (APX. B) ....... WHITE PAGES PREVAILING WAGES AND BENEFIT CODE KEY (APX. C) ........................... PINK PAGES GEOTECHNICAL BORING LOG (APX. D) .................. ............................... WHITE PAGES City of Federal Way RFB # 15 -004 S 3041' St at 28fl' Ave S Page 3 2015 RFB ver. 1 -15 i L� 1 �J 1 'J CITY OF FEDERAL WAY REQUEST FOR BIDS S304 TH ST AT 28TH AVE S INTERSECTION IMPROVEMENTS RFB # 15 -004 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through July 21, 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 10:10 a.m. on Tuesday, July 21, 2015, at City Council Chambers, 33325 8th Avenue South, Federal Way, Washington, for this RFB. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid Bond in an amount equal to five percent (5 %) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal Way. DESCRIPTION OF WORK: This project shall consist of: The addition of a north -bound right turn lane on 28th Ave S and a new signal at the intersection. Work will include: utility relocation; storm drainage; paving; curb, gutter, and sidewalk; retaining walls; street lighting; fence construction; traffic signal; signing; and channelization. The Contractor shall complete all work within 40 working days. ' The bidder is urged to check the plans and contract provisions carefully. All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents now on file in the Purchasing Office of the City of Federal Way. Bid documents may be obtained from the Purchasing Department at (253) 835 -2526. Any questions concerning the description of the work contained in the contract documents must be directed to Christine Mullen, P.E., Street Systems Project Engineer, by facsimile at (253) 835 -2709, or by letter addressed to Christine Mullen, P.E., Street Systems Project Engineer prior to bid opening date. ' PURCHASE OF BID DOCUMENTS: Bidders may purchase copies of the Bidding Documents (half -size plans) in person, or by mailing a Twenty-Five and no /100 Dollars ($25.00) (non - refundable) check or cashier's check payable to the ' City of Federal Way, 33325 8th Avenue South, Federal Way, WA 98003 -6325, phone (253) 835- 2526. If purchasing by mail, please indicate your request for Bidding Documents for RFB #15 -004, S 304th St at 28th Ave S Intersection Improvements. Informational copies of maps, plans, and ' specifications are available for review at the Public Works Department, Federal Way City Hall, 333258 th 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 City of Federal Way RFB # 15 -004 S 3041 St at 28ffi Ave S Page 4 2015 RFB ver. 1 -15 • Daily Journal of Commerce Project Center, 921 SW Washington St, Suite 210, Portland, OR 97205 • McGraw Hill Construction Plan Center, 3315 Central Ave., Hot Springs, AR 71913 • Cora Inc. — Plan Center, 10002 Aurora Avenue North, #36, PMB 334, Seattle, WA 98133 ' Reed Construction Data, 30 Technology Parkway South, Suite 500, Norcross, GA 30092 • Builders Exchange of Washington, 2607 Wetmore Avenue, Everett, WA 98201 • Contractor Plan Center, 5468 SE International Way, Milwaukie, OR 97222 • iSgFt Planroom, c/o Cascade A &E, 235 9th Ave North, Seattle, WA 98109 • The Blue Book / Bid News Specialist 800 E Main St (Old Rte 6 & Indian Hill) Jefferson Valley, NY 10535 n �1 1 The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d -4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required associated documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under this project by within 40 working days. RESERVATION OF RIGHTS: The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. No bidder may withdraw his or her bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. Dated the day of , 2015. Dates of Publication: Daily Journal of Commerce: June 27, 2015 July 6, 2015 Federal Way Mirror: June 26, 2015 July 3, 2015 City of Federal Way S 3041' St at 28'h Ave S Page 5 RFB ver. 1 -15 RFB # 15 -004 2015 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. ❑ Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. ❑ Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. ❑ Bid Signature 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. ❑ Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may /may not apply) ❑ Combined Affidavit and Certification Form (Attachment G) This form must be subscribed to and sworn before a Notary Public and notarized. ❑ Contractor's Compliance Statement (Attachment H) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. ❑ Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. ❑ Contractor's State Identification Numbers The bidder shall provide a copy of Contractor's current state unified business identifier ' number and, as applicable, an employment security department number and state excise tax registration number. 1 ' City of Federal Way RFB # 15 -004 S 304 ` St at 28h Ave S Page 6 2015 RFB ver. 1 -15 SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: ❑ Public Works Contract (Attachment I) The successful bidder will fully execute and deliver to the City the S 304th St at 28th Ave S Public Works Contract ("Contract's from these Bid Documents. ❑ Contractor's Retainage Agreement or Retainage Bond (Exhibit C or D) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Agreement or Retainage Bond. ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit E) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous places available to employees or applicant for employment. ❑ Certificate of Insurance (Exhibit F) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance/ Payment Bond (Exhibit G) The successful bidder will provide a fully executed Performance /Payment Bond as appropriate. ❑ Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 7 2015 RFB ver. 1 -15 C '1 1 1� 1 SECTION 1: INSTRUCTIONS TO BIDDERS 1 -1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 10:00 a.m. local time on July 21, 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 Council Chambers on July 21, 2015, at 10:10 a.m. local time. The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids will be returned unopened. If, after reviewing this document the bidder chooses not to submit a bid, the bidder may complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. 1 -2 Bid Form Bids shall be made on the "Bid Form ", Attachment "B" issued by the City as part of these contract documents, without reservation or amendment. Bids must be typewritten or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, place the bid name, bid number and the time bids are due. 1 -3 Bid Signature All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than himself /herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. 1 -4 Bid Withdrawal Due to Error Bids may not be withdrawn due to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City within forty-eight (48) hours prior to the opening of bids. City of Federal Way S 3041h St at 28'b Ave S RFB ver. 1 -15 Page 8 RFB # 15 -004 2015 1 1 1 1 11� 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 S 3041 St at 28t' Ave S RFB ver. 1 -15 Page 9 RFB # 15 -004 2015 P_J 1 L7 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 S 3041 St at 28'1' Ave S RFB ver. 1 -15 Page 10 RFB # 15 -004 2015 I whether the bidder is responsible. The bidder must meet the following bidder responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 1 t Ir-1 L� 1. Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; C. If applicable: L Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 2. Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the retainage, payment, or performance bonds for public works projects during the previous three years, that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed" and of a "similar size and scope." c. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. !:1 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 S 3041` St at 281h Ave S RFB ver. 1 -15 Page 11 RFB # 15 -004 2015 1 Uj 1� 1 1 1 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. P 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. City of Federal Way S 304111 St at 28" Ave S RFB ver. 1 -15 Page 12 RFB # 15 -004 2015 r� 1 1 1 [l L� t t t 1 E. Attachment E— Bid Bond Form. F. Attachment F— Subcontractor List. (May Not Apply) G. Attachment G— Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. 1 -17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and /or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require. B. Contingent Fees and Gratuities 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. 1 -18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an amount equal to five percent (5 %) of the Total Bid Price as indicated on Attachment B, "Bid Form ", or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and /or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid Bond." Any questions as to the qualification of the banking institution or instruction shall be City of Federal Way S 304'' St at 28th Ave S RFB ver. 1 -15 Page 13 RFB # 15 -004 2015 submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. The City further reserves the right to hold all bids (and the accompanying bid security) from the date of the bid opening until the contract and any performance /payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. 1 -19 Performance/ Payment Bond ' The bidder to whom the City has awarded this Contract will remove the Performance /Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100 %) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the Sate of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance /Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. 1 -20 Bid Dispute A. Any actual or prospective bidder, including sub - contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the 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 -004 S 3040' St at 2811 Ave S Page 14 2015 RFB ver. 1 -15 I City of Federal Way Federal Way, Washington 98003 -6325 Attention: Bid Protest -- S 304th St at 28th Ave S Intersection Improvements RFB # 15 -004 C. Upon receipt of a written protest, the City will promptly consider the protest. The City may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 2 -1 Administration 1 n 1 Ll This contract will be between the City and the Contractor who will be responsible for delivering all equipment and performing all work and services described herein. The City is not party to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. The Contractor's performance under this contract will be monitored and reviewed by Christine Mullen, P.E., Street Systems Project Engineer. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to Christine Mullen, P.E., Street Systems Project Engineer, for response. 2 -2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. 2 -3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: this Contract, Request for City of Federal Way S 304' St at 281 Ave S RFB ver. 1 -15 Page 15 RFB # 15 -004 2015 Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's 1 Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form it attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2014 WSDOT Standard Specifications for Road, Bridge and Municipal construction, Amendments to the Standard Specifications, S 304th St at 28th Ave S Special Provisions, WSDOT Standard Plans attached as Appendix A, Federal Way Standard Drawings attached as Appendix B, current Prevailing Wage Rates attached as Appendix C, Geotechnical Boring Logs attached as Appendix D, 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, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the City. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment will be made and the contract modified in writing accordingly. Change orders shall be in accordance with the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. 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. City of Federal Way S 3046 St at 281h Ave S RFB ver. 1 -15 Page 16 RFB # 15 -004 2015 I The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 2 -7 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State sales taxes and all other governmental taxes, assessments and charges. 2 -8 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2 -9 Warranty All materials and equipment sold and labor performed under this contract are warranted by the Contractor to be free from defects in materials or workmanship for a period of at least one (1) year from date of delivery and installation; provided, however, that this warranty may extend beyond this time period pursuant to any attached warranties. If the merchandise sold or work performed hereunder is defective on account of workmanship or materials, the Contractor agrees to replace the merchandise or, at the City's sole option, repair the defective merchandise. All defects in work or materials shall be promptly corrected. 2 -10 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 2 -11 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2 -12 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. 2 -13 Hazardous Chemical Communication City of Federal Way RFB # 15 -004 S 304` St at 28f' Ave S Page 17 2015 RFB ver. 1 -15 I 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 -14 Delivery and Liquidated Damages Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment I, Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. 2 -15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2 -16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not 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. City of Federal Way RFB # 15 -004 S 304'h St at 281 Ave S Page 18 2015 RFB ver. 1 -15 u fl n J— I All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2 -17 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its off=icers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2 -18 Disputes, Claims and Appeals All questions, disputes, claims, protests, and appeals shall be governed by the 2014 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction, Sections 1 -04.5 and 1- 09.11. 2 -19 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. 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 City of Federal Way S3041'Stat28" Ave S RFB ver. 1 -15 Page 19 RFB # 15 -004 2015 1 it 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. City of Federal Way S 3041 St at 28" Ave S RFB ver. 1 -15 Page 20 RFB # 15 -004 2015 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 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 vour firm being removed from the Citv's master bidder's mailina list. Bid Number: RFB No. 15 -004 Bid Title: ❑ Cannot comply with specifications. ❑ Cannot meet delivery requirement. ❑ Do not regularly manufacture or sell the type of commodity involved. ❑ Other (please specify). Explanation of reason(s) checked: Check one of the following: ❑ WE DO ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. Firm Name: Address: Signature Date Name (Type or Print) Title Phone: City of Federal Way RFB # 15 -004 S 3041' St at 281 Ave S Page 21 2015 RFB ver. 1 -15 1 Attachment B DID FORM CITY OF FEDERAL WAY S 304" St at 28th Ave S Intersection Improvements BID FORM Bidder: Miles Resources, LLC Date: 07/21/2015 ITEM BID AMOUNT A Schedule A TOTAL. BID AMOUNT $ S Gl 2 "f t (including Washington State safes tax, all other government taxes assessments and char es To 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 304th St at 28th Ave S Intersection Improvements 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 30+h St at 28th Ave S Intersection Improvements J 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 sates 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 forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the S 3041' St at 28th Ave S Intersection Improvements Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be ' returned to the undersigned. Bond or Certified Check Bond Dollars ($5% total bid amount) ' The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive. The City may correct obvious mathematical errors. ' The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities In the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. ' Receipt of the following Addendums is hereby acknowledged: City of Federal Way RFB # 15 -004 S 3041" St at 281" Ave S Page 22 2015 RFB ver, 1 -15 ge 22 Attachment B Bid Form vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Addendum No. N �/ Addendum No.. _. Addendum No. _ Date Issued: Date Issued: Date Issued: - EerPerattsff /Partnershi M dual (Delete Two )(LLD MILESRL897RK Bidder's State License No, 602- 870 -349 Bidder's State Tax No, Miles Resources, LLC Firm Name $i nature Michael Tollkuehn Operations Manager Title City of Federal Way RFB f1 15 -004 ' S 304t1 St at 2811 Ave S Page 23 2015 RFB vcr. 1 -15 e 23 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale L I 1 Attachment C BID SCHEDULE S 3O4t" Street at 281th Avenue S ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID Note: Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents, i. e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. Bids with illegible figures In the Unit Price column will be 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 No. Spec. Section Item Description Unit Quantity Unit Price* Amount 1 1 -04 Minor Change CALC 1 $5,000 51 QDO. 00 2 1 -05 Construction Surveying LS 1 i1;j0. 00 gi-](j0- 00 3 1 -05 As-Built Survey and Record Drawings LS 1 Zr 300. 00 00, VO 4 1 -07 SPCC Plan LS 1 5�' 0. 00 J 5o. 00 5 1 -07 Private Property Restoration FA 1 $1,000 i J 000. too 6 1 -08 00)B Progress Schedule (Minimum Bid LS 1 Gj 00. 00 X 00- QO 7 1 -09 Mobilization LS 1 j2, S Co. 00 9Z) S09. 8 1 -10 Off-Duty Uniformed Police Officer FA 1 $1,000 it 000.00 9 1 -10 Traffic Control Supervisor HR 160 11 •50 (21400- 00 10 1 -10 Flaggers HR 480 51 . 00 21, 3100- (b 11 1 -10 Portable Changeable Message Sign HR 960 12-,4� 0- CO 12 1 -10 Other Traffic Control Labor HR 120 lQ2.5 0 , �� 00. 0D 13 1 -10 onstruction Signs, Class A SF 61 23. co 1, 403. OD 14 2 -01 lClearing and Grubbing LS 1 Z21 000. 00 .22100 0 - 00 15 2 -02 Removal of Structure and Obstruction LS 1 i�, W .00 ��J, 00 . (p 16 2 -02 Sawcutting LF 332 2..00 VW4.00 17 2 -03 lGravel Borrow Incl. Haul TN 10 21 .fro 2k1 -CJ0 City of Federal Way S 3041` St at 28 "1 Ave S RFB ver. 1 -15 Page 24 RFB # 15 -004 2015 I g e 24 Attachment C Bid Schedule vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 L fl I� 1 1 h 18 2 -03 Roadway Excavation Incl. Haul CY 350 35.00 12, 250. cc 19 2 -09 Shoring or Extra Excavation Class B SF 920 D. 15 W 00 20 2 -12 Construction Geotextile for Underground Drainage SY 130 Cj . 0() (j 110. 00 21 4 -04 Crushed Surfacing Base Course TN 80 NO. 00 Zl $�0 09 22 4 -04 Permeable Ballast TN 40 113.00 415? -0.00 23 5 -04 HMA Cl. 112" PG 64 -22 TN 80 1'L - 00 gj,I U p 00 24 7 -04 lass III Reinf. Conc. Storm Sewer Pipe 12 In. Diam. LF 97 kp. 0L? ��v12.OD 25 7 -04 Ductile Iron Storm Sewer Pipe 12 In. Diam. LF 30 1'LCj. 00 fi� �i1Jvrr,, - DSO 26 7 -05 Patch Basin Type 1 EA 6 I 1 s fo. 00 01 , i o. DO 27 7 -20 Water Quality Cartridge Filter Manhole LS 1 321500. 00 32,5oo 28 8 -01 Inlet Protection EA 11 X5(0 -00 00 29 8 -01 Algh Visibility Fence LF 260 (%5. DO 0O. 00 30 8 -01 Erosion[Water Pollution Control FA 1 $2,000 Z.) 000 GO 31 8 -01 Seeding, Fertilizing and Mulching AC 0.02 140 0(X1.00 2, � 00. 00 32 8 -04 Cement Conc. Traffic Curb and Gutter LF 255 21 • 00 (-0,35G, OD 33 8 -08 Cement Conc. Residential Driveway Entrance, Type 1 SY 50 14q . 00 Z,qS 0, 00 34 8 -09 Raised Pavement Marker Type 2 H UND 0.18 11"125,0 l7 ?J� 0. , 0 35 8 -12 Coated Chain Link Fence Type 4 LF 29 36 8 -14 Cement Conc. Sidewalk SY 10 00 37 8 -14 lCement Conc. Curb Ramp Type Parallel EA 1 1 IZSU - 00 I ► 250 - CO 38 8 -14 Pervious Cement Concrete Sidewalk SY 130 V3 _ 00 $1 ` JO.OD 39 8 -14 Cement Conc. Stairway LS 1 loll Ob • 00 p)-100, W 40 8 -18 Mailbox Support Type 1 EA 1 ��5 CjZFJ. City of Federal Way RFB 9 15 -004 S 3041h St at 2S'h Ave S Page 25 2015 RFB ver. 1 -15 I g e 25 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 41 8 -20 Traffic Signal System - (S 304th Street at 8th Ave S), Complete LS 1 0 Odd " 00 0 1� 00 i 42 8 -20 Illumination System, Complete LS 1 1213SQ QO �Z ?jcj0 -� 43 8 -20 Interconnect System, Complete LS 00. 00 l2,- 6bo- 44 8 -21 Permanent Signing LS 1 Zi 35;0. 00 Z13S 0• oD 45 8 -22 Paint Line LF 193 Z -?jt7 L4 3.90 46 8 -22 IPainted Wide Lane Line LF 152 S-00 qGV 00 47 8 -22 Plastic Stop Line LF 53 1 , Z(j 41 Q .2-5 48 8 -22 Plastic Crosswalk Line SF 230 4 1 S 1092- .50 49 8 -22 Plastic Traffic Arrow EA 4 140.00 G1,00-60 50 8 -22 Painted Bicycle Lane Symbol EA 2 ( S . 00 7i7JD Go 51 8 -24 Rock Retaining Wall SF 860 �j�j , S (7 3Q� . 00 52 8 -31 Potholing FA 1 $1,000 '11000-00 53 8 -31 Resolution of Utility Conflicts FA 1 $1,000 000-00 54 8 -32 �Ood Fence LF 181 4.;0 w,Z`'i"r• V Subtotal Schedule A* 5I 2 .................................................................. ..............................$ City of Federal Way RFB # 15 -004 S 30411, St at 281" Ave S Page 26 2015 RFB ver. 1 -15 t g e 26 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com - Always Verify Scale 1 Attachment D BID SIGNATURE PAGE Date: 07/21/2015 The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services pursuant to the S 3041" St at 281h Ave S Intersection Improvements and comply with all other terms and conditions of the contract and bid documents of RFB 15 -004. No bidder may withdraw his /her bid for a period of ninety (90) days after the day of bid opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5 %) of the total amount will be delivered to the City. The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership, joint venture or corporation. Ger�PartnershipL�I 1 (Delete Two) LLD I it n City of Federal Way S 304!4 St at 28t4 Ave S RFB ver. 1 -15 Miles Resources LLC Compan By: Signature) Michael Tollkuehn (Printed Name) Its: Operations Manager (Title) 400 Valley Ave NE Puyallup, WA 98372 (Address) 253 - 383 -3585 (Telephone Number) Page 27 RFB # 15 -004 2015 I g e 27 Attachment D Bid Signature Page vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale t Attachment E BID BOND FORM ' Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond In the amount of $ , which amount is not less than five percent (5%) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Miles Resources, LLC as Principal, and Liberty Mutual Insurance Company as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five. P—ent t'M pf R;A A..,,,,, „t and _/100 dollars ($ 5% of Bid Amount), for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: ' S 304th St at 28th Ave S Intersection Improvements i I I hI L According to the terms of the proposal or bid made by the Principal therefore, and the Principal 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 shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. SIGNED, SEALED AND DATED THIS 21st DAY OF July 6 20 u - cha 1 Tol kuehn Pnncipal pera ions mngr. Lib Mutu ins e C mpany ety Jenn " r L Spy Attorney aj, F c `v' D: Received return of deposit in the sum of $. A. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S page 28 2015 RFB ver. I -15 'THIS DOWER OF ATTORNEY IS NOT VALID UNLESS IT IS PW.NTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7019531 American Fire and Casualty Company Liberty Mutual Insurance Company ' The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Barbara A. Johnson; Brent E. Heilesen• Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Jake Oia; James B. Binder; Jamie Diemer; Jeffrey L. Zimmerman; Jennifer L. Snyder; Julie R. Truitt; Karen Swanson; Kellie Hogan; Kristine A. Lawrence; Lisa M. Anderson; Mandy Kellner; Mitchell R. Smee; Peggy A. Firth; Peter J. Comfort; Sandra J. Kulseth; Wyntrene Mace all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge 'and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seats of the Companies have been affixed thereto this 11th day of June 2015 ENO �qSL , -v INS tasuR Niresu American Fire and Casualty Company D CA �zP�o�owT q9y 4n The Ohio Casualty Insurance Company �. a 0o. "p. -o i�19 > 1912 1991 Liberty Mutual Insurance Company West American Insurance Company * 1 * * By: STATE OF PENNSYLVANIA ss David M. Care , Assistant Secretary COUNTY OF MONTGOMERY On this 11th day of June 2015 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. v This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 8 ARTICLE IV- OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject 421 O to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so to.) w ` executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey -in -fact under the provisions of this article may be revoked at any time by the Board; the Chairman, the President or by the officer or officers granting such power or authority. �r ARTICLE X111- Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, ... L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys in -fact, as may be necessary to act in behalf of the Company to make, execute, 0 seat, acknowledge and deliver as surety any and al! undertakings,_ bonds, recognizances and other sulc ^y ubligations. Such attorneys -In -fact subject to the limitations set fort h in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys4n- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. ' Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. '1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies thi day of "' 20 ' ' s�'9 {� yJA4Vo INS d 1906 q o 1914 n 1912 1991 kort, Assistant Secretary ��6y1N.4MP`>��?'�C\iab 4`WHAMPn''D Wm��9SS+3rHlt`T� fNftAl3t` F� ,l i o W 116 of 800 LMS_12a73_122013 to to S W C O V N dW C E L O CL Q M O� CO E ca me 4- OC > d� �� M O C F— V- IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �sp� p SrF Q f{ COMMONWEALTH OF PENNSYLVANIA Notarial Seal p aMOnw< Teresa Pastella, Notary Public By: L OF Plymouth Twp., Montgomery County Teresa Pastella, Notary Public V ��< My Commission Expires March 28, 2017 O _41 Member Pennsvlvania Association of Notaries v This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: 8 ARTICLE IV- OFFICERS -Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject 421 O to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so to.) w ` executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey -in -fact under the provisions of this article may be revoked at any time by the Board; the Chairman, the President or by the officer or officers granting such power or authority. �r ARTICLE X111- Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, ... L and subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys in -fact, as may be necessary to act in behalf of the Company to make, execute, 0 seat, acknowledge and deliver as surety any and al! undertakings,_ bonds, recognizances and other sulc ^y ubligations. Such attorneys -In -fact subject to the limitations set fort h in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys4n- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. ' Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. '1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attomey executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies thi day of "' 20 ' ' s�'9 {� yJA4Vo INS d 1906 q o 1914 n 1912 1991 kort, Assistant Secretary ��6y1N.4MP`>��?'�C\iab 4`WHAMPn''D Wm��9SS+3rHlt`T� fNftAl3t` F� ,l i o W 116 of 800 LMS_12a73_122013 to to S W C O V N dW C E L O CL Q M O� CO E ca me 4- OC > d� �� M O C F— V- 1 Fi 1 1 11 1 Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.660 S 304x' St at 2$"' Ave S Intersection Improvements Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non - responsive and therefore void. Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, must be named below, or name the bidder for the work. The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. SUBCONTRACTOR NAME ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? (YIN) S coast i 5-4 _ 3 .Ou t1_4 U City of Federal Way RFB # 15 -004 S 30411, St at 281h Ave S Page 29 2015 RFB ver. 1 -15 I ga 29 Attachment F Subcontractor List ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ' Attachment G City of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM ' Non - 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 toil -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 USDOrs continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected; and ' 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, or other event establishing the under this quotation, price 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 having undersigned, 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 above and forgoing statement and certificate, know the contents thereof and the substance as set forth therein, is true to my knowledge and belief, and City of Federal Way RFB # 15-004 ' S 30411' St at 28`x' Ave S Page 30 2015 RFB ver. 1 -15 ge 30 Attachment G Combined Affidavit and Certification Form ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scale ' 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. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that It has not been determined, within the last one year, to have committed any combination of ' two of the following violations or infractions within a five -year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. ' CERTIFICATION OF LAWFUL EMPLOYMENT F, 1 The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act, now or as herein after amended, 8 U5C Section 1101 et. seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way, FOR: Non - Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment. S 304th St at 28"1 Ave S Intersection Improvements Name f Bidd is 51"19 Miles Resources, LLc .i` &I" Signature of Authorized Representative of Bidder M=ichael Tollkuehn /Operations Manager Subscribed and sworn to before me this 21st day of July , 20e1s aaa „E...P10 ON r4 SON NOTARY PUB L I C z ,1 City of Federal Way S 30411' St at 281” Ave S RF13 ver. 1 -15 Amanda E Young V I) (printed /typed name of notary)~ Notary Public in and for the State of Washington My commission expires: 10 -19 -17 RFB # 15 -004 Page 31 2015 Ige 31 ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Attachment H ' CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) IDate: 07/21/2015 This statement relates to a proposal contract with the City of Federal Way named IS 304"' St at 28th Ave S Intersection Improvements ' I am the undersigned bidder or prospective contractor. I represent that: I ZI have, ❑ have not, participated in a previous contract or subcontract subject to the President's Executive order #11246 (regarding equal employment opportunity) or a preceding similar ' Executive Order. Miles Resources, LLC Name of Bidder ' By: oil SlgnatUre Michael Tollkuehn ' Its: Operations Manager Title ' 400 Valley Ave NE ' Puyallup, WA 98372 Address I 1 u � I City of Federal Way RFB # 15 -004 S 3041h St at 281" Ave S P 32 2015 RFB ver. 1 -15 lo2 Attachment H Contractor's Compliance Statement vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Attachment I PUBLIC WORKS CONTRACT ' FOR S304 TH ST AT 28TH AVE S INTERSECTION IMPROVEMENTS ' THIS PUBLIC WORKS CONTRACT ("Contract'l is dated effective this �� day of 20 and is made by and between the City of Federal Way, a Washington municipal cor ration ("City or Owner'), and Miles Resources, LLC, a Washington limited liability company ' (" Contractor'l. A. The City desires to retain an independent contractor to furnish all labor and materials ' necessary to perform work necessary to complete the addition of a north -bound right turn lane on 28th Ave S and a new signal at the intersection. Work will include utility relocation; storm drainage; paving; curb, gutter, and sidewalk; retaining walls; fence construction; street lighting; traffic signal; ' signing; and channelization, located at the intersection of S 304th St and 28th Ave S, 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 1. SERVICES BY CONTRACTOR " I I 1 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 304th St at 28th Ave S Intersection Improvements project, including without limitation: The addition of a north -bound right turn lane on 28th Ave S and a new signal at the intersection. Work will include utility relocation; storm drainage; paving; curb, gutter, and sidewalk; retaining walls; fence construction; street lighting; traffic signal; signing; and channelization, ("Work'), in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Notice of Completion of Public Works Contract attached as Exhibit A, Contract Change Order Agreement attached as Exhibit B, Contractor's Retainage Agreement attached as Exhibit C, Retainage Bond to City of Federal Way attached as Exhibit D, Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E, Certificate(s) of Insurance Form attached hereto as Exhibit F, Performance / Payment Bond attached hereto as Exhibit G, Title VI Assurances attached hereto as Exhibit H, 2014 WSDOT Standard Specifications for Road, Bridge and Municipal construction, Amendments to the Standard Specifications, S 304th St at 28th Ave S Special Provisions, WSDOT Standard Plans attached as Appendix A, Federal Way Standard Drawings attached as Appendix B, current Prevailing Wage Rates attached as Appendix C, Geotechnical Boring Logs attached as Appendix D, 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. City of Federal Way RFB # 15 -004 S 3040 St at 28`x' Ave S Page 33 March 2015 RFB ver. 1 -15 1 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the ' Contractor of the City's Notice to Proceed. The Work shall be completed within 40 working days. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of 0 1 n this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit "A." 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the 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, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. . LIQUIDATED DAMAGES FORMULA LD = 0.15C T Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors. 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 hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the City. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment City of Federal Way RFB # 15 -004 S 304` St at 28`x' Ave S Page 34 March 2015 RFB ver. 1 -15 1 will be made and the contract modified in writing accordingly. Change orders shall be in accordance with the WSDOT Standard Specifications for Road, Bridge, and Municipal Construction. 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 ' 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. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected ' 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 Alone call" locator system before commencing any excavation activities. ' 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction ' debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Federal Way. ' 2. TERM This Contract shall commence on the effective date of this Contract and continue until the ' completion of the Work and the expiration of all warranties contained in the Contract Documents ("Term'. 3.. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the ' Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract. This warranty shall survive termination of this Contract. Conducting of tests and ' inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. 1 City of Federal Way RFB # 15 -004 S 304`x' St at 28`x' Ave S Page 35 March 2015 ' RFB ver. 1 -15 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Five Hundred, Ninety Two Thousand, Four ' Hundred Forty One and 90/100 Dollars ($ $592,441.90), which amount shall constitute full and complete payment by the City (`Total Compensation'. ' 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 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 n n withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the proposal unless otherwise provided. Partial payments will be made once each month, based on 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 the contract will be paid based upon the final es Contractor. inspection, the amount due the Contractor under imate made by the Engineer and signed by the Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund (" Fund's nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. S. 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 City of Federal Way RFB # 15 -004 S 304'h St at 28`i' Ave S Page 36 March 2015 RFB ver. 1 -15 7 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 shall 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 H. ' 6. INDEPENDENT CONTRACTOR /CONFLICT OF INTEREST ' 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick 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 not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 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 ' 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 completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take ' possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: 1 (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. City of Federal Way RFB # 15 -004 S 304`h St at 28`h Ave S Page 37 March 2015 ' RFB ver. 1 -15 I' t !J 1 (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be 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. S. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any City of Federal Way S 304d` St at 28'h Ave S RFB ver. 1 -15 Page 38 RFB # 15 -004 March 2015 F and all persons or entities, including, without limitation, their respective agents, licensees, or 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 ' may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation ' acts, disability benefit acts or any other benefits acts or programs. 8.2 M Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation,. their respective agents, licenses, or ' representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. ' 9. INSURANCE 9.1 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. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. (1) Workers' compensation and employer's liability insurance in amounts sufficient tpursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $5,000,000 for bodily injury, including personal injury or death, products W liability and property damage. (3) Automobile liability insurance for owned, non - owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if " '*pollutants" are to be transported, with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. (4) Professional Liability insurance covering professional errors and omissions for the Contractor and /or its Subcontractor and /or its design consultant providing construction management, value engineering, or any other design - related non - construction professional services with a limit of liability not less than $1,000,000 per occurrence. If the scope of such design - related professional services includes work related to pollution conditions, the Professional Liability insurance shall include Pollution Liability coverage. City of Federal Way S 304` St at 280' Ave S RFB ver. 1 -15 Page 39 RFB # 15 -004 March 2015 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (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. (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. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 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 "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. ' 9.5 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, 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. 9.6 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 approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. ' 10. PERFORMANCE/ PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the ' City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and City of Federal Way RFB # 15 -004 S 304`x` St at 28h Ave S Page 40 March 2015 RFB ver. 1 -15 i J li 1 F1 ii 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. 11. 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. ' 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid 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. 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. 12.2 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. City of Federal Way RFB # 15 -004 S 304`' St at 28h Ave S Page 41 March 2015 ' RFB ver. 1 -15 12.3 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. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages ' for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and ' binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS ' In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and /or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. ' 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents ' or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. ' 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or ' prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. City of Federal Way RFB # 15 -004 S 304'x' St at 28' Ave S Page 42 March 2015 ' RFB ver. 1 -15 L li L , L L 1 u [7 1 1 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria:. Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. City of Federal Way RFB # 15 -004 S 304` St at 28" Ave S Page 43 March 2015 RFB ver. 1 -15 7 �J 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended ' or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. ' 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. ' 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. ' 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 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 default. Failure of the City to declare one breach or default does not act as a waiver of the City's ' right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and ' interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor ' represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United ' States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. City of Federal Way RFB # 15 -004 S 3040' St at 28`h Ave S Page 44 March 2015 ' RFB ver. 1 -15 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions ' in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. ' 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91 -54, as amended, occurs as a result of the formation and /or performance of this Contract, this Contract may be rendered null and void, at the City's option. ' 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the Icontrolling document, which interpretation shall be final and binding. J !1 1 1 1 DATED the day and year set forth above. ATTEST: 64AAk, Stephanie Cou ey, CMC APPROVED AS TO FORM: /4/ aq City Attorney, Amy Jo Pearsall City of Federal Way S 304`h St at 28'h Ave S RFB ver. 1 -15 CITY OF FEDERAL WAY By: .J LAIC. Jim Ferrell, y 33325 8th 4tenue South Federal Way, WA 98003 -6325 Page 45 RFB # 15 -004 March 2015 ' STATE OF WASHINGTON ) ) ss. COUNTY OF PIERCE ) Vice President On this day personally appeared before me Jeffrey Thomas, to me known to be the Manager of Miles Resources, LLC, that executed the foregoing instrument, and acknowledged the said ' instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he /she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. ' GIVEN my hand and official seal this 1h day of Augu s t , 2015 `��, '• Ang a M. Reis MILES RESOURCES, L C N" �v' • _ (typed /printed name of notary) By: (Ijel ' (i at re) .4 • 4 PUBLIC Jeffrey Thomas ' (Name) 400 VALLEY AVENUE NE WASH PUYALLUP, WA 98372 (253) 383 -3585 ' STATE OF WASHINGTON ) ) ss. COUNTY OF PIERCE ) Vice President On this day personally appeared before me Jeffrey Thomas, to me known to be the Manager of Miles Resources, LLC, that executed the foregoing instrument, and acknowledged the said ' instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he /she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. ' GIVEN my hand and official seal this 1h day of Augu s t , 2015 7 City of Federal Way RFB # 15 -004 S 304'h St at 28`h Ave S Page 46 March 2015 RFB ver. 1 -15 `��, '• Ang a M. Reis N" �v' • _ (typed /printed name of notary) :NOTARY _ Notary Public in and for the State of Washington. .4 • 4 PUBLIC My commission expires 3/19/2018 ''• of . WASH 7 City of Federal Way RFB # 15 -004 S 304'h St at 28`h Ave S Page 46 March 2015 RFB ver. 1 -15 L 1 7 7-1 L EXHIBIT A ❑ Original ❑ Revised # $yi1 lxaa �� NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Date: Contractor's UBI Number: Name BxMailin "gfld�ess of Pablie A ep ` I3eparttnent,Use tnl .. Assigned to: Date Assigned: UBI Number: Notice is herebv Liven relative to the comnletion of contract or nroiect described below Project Name Contract Number o r er ontracting ❑ Yes ❑ No Description of Work Done/Include Jobsite Address(es) Federally funded transportation project? ❑ Yes ❑ No (if yes, provide Contract Bond Statement below) Contractor's Name E -mail Address Affidavit ID" Contractor Address I Telephonie f Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. ❑ Retainage Bond ❑ Contract/Payment bond (valid for federally funded transportation projects) Name: JBond Number: Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted Were Subcontracters used on this project? If so, please complete Addendum A. ❑Yes ❑ No Affidavit ID* -No L &I release will be granted until all affidavits are listed. r, L L j 1 $ 0.00 $ 0.00 Liquidated Damages $ Amount Disbursed $ Amount Retained $ N I C: I here two totals must bee uat Cotnrnents:" TOTAL S 0.00 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Email Address: PCDepartment of Revenue waAkfian stage Depam mm of Public 04.565 Section Labor & Industries (360)704 -5650 Contract Release PWC@dor.m.gov (855) 545 -8163, option #4 ContractRelease @LN I. WA.GOV Title: Phone Number: Employment Security Department Registration, Inquiry, Standards & Coordination Unit (360) 902 -9450 publicymrks@esd.wa.gov REV 31 0020e (4/28/14) F215- 038 -000 04 -2014 Reset This Form Print This Fonn City of Federal Way S 304th St at 28`h Ave S RFB ver. 1 -15 Page 47 RFB # 15 -004 March 2015 Contract Amount ' Additions ( + ) Reductions (- ) Sub -Total Amount of Sales Tax ' (]f various rates apply, please send a breakdown) TOTAL r, L L j 1 $ 0.00 $ 0.00 Liquidated Damages $ Amount Disbursed $ Amount Retained $ N I C: I here two totals must bee uat Cotnrnents:" TOTAL S 0.00 Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Email Address: PCDepartment of Revenue waAkfian stage Depam mm of Public 04.565 Section Labor & Industries (360)704 -5650 Contract Release PWC@dor.m.gov (855) 545 -8163, option #4 ContractRelease @LN I. WA.GOV Title: Phone Number: Employment Security Department Registration, Inquiry, Standards & Coordination Unit (360) 902 -9450 publicymrks@esd.wa.gov REV 31 0020e (4/28/14) F215- 038 -000 04 -2014 Reset This Form Print This Fonn City of Federal Way S 304th St at 28`h Ave S RFB ver. 1 -15 Page 47 RFB # 15 -004 March 2015 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time. No IAI release will be pranted until all affidavits are listed. Subcontractor's Name: IUBI Number: (Required) lAffidavid ID" For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (04/28/14) F215- 038 -000 04 -2014 City of Federal Way RFB # 15 -004 S 304`x' St at 28t1i Ave S Page 48 March 2015 RFB ver. 1 -15 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ❑ No If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ STATEMENT: Payment for the above work will be in accordance with app licable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S DEPT. DIRECTOR /MANAGER DATE SIGNATURE SIGNATURE City of Federal Way RFB # 15 -004 S 3046' St at 28fl` Ave S Page 49 March 2015 RFB ver. 1 -15 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT PREVIOUS CHANGE ORDERS THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT *Adjustments: $ $ $ ❑ INCREASED $ ❑ DECREASED $ DEPARTMENT DIRECTOR'S SIGNATURE City of Federal Way RFB # 15 -004 S 304`x' St at 28`' Ave S Page 50 March 2015 RFB ver. 1 -15 EXHIBIT C ' CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way Bid /Contract Number 33325 8th Avenue South Federal Way, WA 98003 -6325 ' 253- 835 -7000 IDENTIFICATION AND DESCRIPTION Project Title S 304TH STREET AT S 304TH STREET INTERSECTION IMPROVEMENTS 1 Contractor MILES RESOURCES, LLC Representative Bid No. RFB 15 -004 Date JULY 21, 2015 Administering Department PUBLIC WORKS City Representative CHRISTINE MULLEN, PE Funding Source CITY FUNDS ' Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the ' retainage held for investment: 1. All investments selected below are subject to City approval. ' 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. ' 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions -1 to invest not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contractor: By: Address: Fed ID #: CITY APPROVAL Approval of Investment Program and Retainage Agreement Contact Person: Date: Title: Phone: Est. Completion Date: _ ' Finance Director CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE 1 Contract No. Project Title: Date I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) City of Federal Way RFB # 15 -004 S 304' St at 28' Ave S Page 51 March 2015 RFB ver. 1 -15 i f It :.i t EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY Bond No. 023033100 S 304TH ST AT 28TH AVE S INTERSECTION IMPROVEMENTS KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Miles Resources, LLC, as principal ("Principal'), and Liberty Mutual Insurance Company a Corporation organized and existing under the laws of the State of Massachusetts . as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety'), are jointly and severally held and firmly bonded to the City of Federal Way ( "City'l in the penal sum of: Twenty Nine Thousand, Five Hundred Twenty Two, and 10 /100 Dollars ($ 29,522.10) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the S 304th Street at 28th Avenue S Intersection Improvement Project, which contract is incorporated herein by this reference ( "Contract'o, and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $ 592,441.90; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the t Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the i Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without consent of the Surety. City of Federal Way RFB # 15 -004 S 304'h St at 28" Ave S Page 52 March 2015 RFD ver. 1 -15 Within forty -five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the a Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the A # Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M'). The Parties shall proportionately share in the ;) cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this 17th day of August 2015. the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. e CORPORATE SEAL: CORPORATE SEAL: F ej� ••t��C R�1 T• •. :`fin City of Federal Way S 300 St at 28 °i Ave S RFB ver. 1 -15 Page 53 PRINCIPAL Miles IAffrey Thomas, Vice President Address: 400 VALLEY AVENUE NE PUYALLUP, WA 98372 SURETY Liberty Mutual Insurance Company Tacoma, WA 98401 RFB # 15 -004 March 2015 i a :s CERTIFICATES AS TO CORPORATE SEAL r� Notary Public of Washington State,Co of Pierce I hereby certify that I am the 4A%istakt Secfetary 4f #he- C-of:poFatieR teamed -as- Principal -Irr the within; berx4 that .T P f f r P)z Th oma s who signed the said bond on behalf of the Principal, was i Vice President of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. � •��55roN Ekn��!�i� i `NOTARY _ ,�,� �,. -cr of•/�ssistant� etary Notary Public PUBL1G,,`o ,,e �u�b'lic of Washington State, County of Pierce 1 I hereby certify that I am the that Jennifer L. Snyder who signed the said bond on behalf of the Surety, was Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. APPROVED AS TO FORM: --/ 4 /Amy Jo Pearsall, City Attorney City of Federal Way S 304' St at 28'h Ave S RFB ver. 1 -15 Notary Public SWA PUBLIC ,,'• WAS RFB # 15 -004 Page 54 March 2015 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Pov ier of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7020032 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Barbara A. Johnson; Brent E. Heilesen• Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Jake Oja; James B. Binder; Jamie Diemen, Jeffrey L. Zimmerman; Jennifer L. Snyder; Julie R. Truitt; Karen Swanson; Kellie Hogan; Kristine A. Lawrence; Lisa M. Anderson; Mandy Kellner; Mitchell R. Smee; Peggy A. Firth; Peter J. Comfort; Sandra J. Kulseth; Wyntrene Mace all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of June 2015 Q,tdD CASO 01NI INS U ,, wsua � lrssuR American Fire and Casualty Company Q� }aw sr Q;� y�a�cx� cr��y J�J�o�QRaT� �� w4 �� y The Ohio Casualty Insurance Company z o Liberty Mutual Insurance Company 1906 p a 1919 o F 1912 1991 a West mencan Insurance Company * d * * * By: STATE OF PENNSYLVANIA ss David M. Care ,Assistant Secretary COUNTY OF MONTGOMERY On this 11th day of June , 2015 , before me personalty appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute 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 have hereunto subscribed my name and affixed my notarial seat at Plymouth Meeting, Pennsylvania, on the day and year first above written. 5 pgsr COMMONWEALTH OF PENNSYLVANIA�p /�� Q4 �MONwfy F!{ Notarial Seal T Pastella, Notary Public By; OF Twp., Montgomer y County Teresa Pastella, Notary Public sion Expires March 28, 2017 ,r1*�*y7.JP Member, Pennsylvania Association of Notaries 4qy This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV- OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seat of the Corporation. When so executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE All - Execution of Contracts SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation -The President of the Company; acting pursuant to the Bylaws of the Company, authorizes David M. Carey; Assistant Secretary to appoint such attomeys-in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, Gregory W. Davenport, the undersigned, Assistant Secretary, of American fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power ofAttomey executed by said Companies, is in full force and effect and has not been revoked. w.i t.l n � , IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 1906 p o 1919 F 1912 ` 1991 3: 'il<Yy�'Hanw4��a dy�'HarRe` -y' �aD �'ij 9rsncuu��2 3 Mcin>:" �`- 122013 'egery, V V ' o "F��II�11 ,2U /� Davenport, Assistant Secretary 617 of 800 �ll EXHIBIT E ' NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: ALL EMPLOYEES AND TO: Laborers, Operating Engineers, Teamsters (Name of Union or Organization) ' The undersigned currently holds contract(s) with CITY OF FEDERAL WAY involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). 1 [1 You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. , Complaints may be submitted to: CHRISTINE MULLEN, P.E. City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 /Jeffrey Thomas, Vice President Miles Resources, LLC (Contractor or subcontractor) August 17, 2015 Date City of Federal Way RFB # 15 -004 S 304"' St at 28"' Ave S Page 55 March 2015 RFB ver. 1 -15 EXHIBIT F CERTIFICATE OF INSURANCE u 1 r 1 [7 1 1 n ' i C ty o ederal Way S 304' fF St at 28`x' Ave S Page 56 RFB ver. 1 -15 RFB # 15 -004 March 2015 ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD /YYYY) 1 8/14/2015 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 NAME: Sharnel Di Vona PHONE 253.310.4047 ac, No :866.577.1326 A/C No Ext E-MAIL skd @propelinsurance.com 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Continental Western Ins. Co. 10804 INSURED INSURER B: AXIS Surplus Insurance Company 26620 Miles Resources LLC 400 Valley Ave NE Puyallup, WA 98372 INSURER c INSURER D : I INSURER E: INSURER F: E COVERAGES CERTIFICATE NUMBER: RFVIRION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - - - -- INSR LTR TYPE OF INSURANCE ADDLSUBR INSR WVD POLICY NUMBER POLICY EFF MM /DD/YYYYZ POLICY EXP MM/DD /YYYY� --- - - LIMITS A GENERAL LIABILITY X X CWP2865825 4/01/2015 04/01/2016 EACHOCCURRENCE $110001000 JE TO RENTED PREM DAMAISES Ea occurrence $100,000 X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE F7VA OCCUR MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 X PD Ded: $1,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP /OP AGG $2,000,000 - - POLICY X PRO JECT ��� - - -- $ A AUTOMOBILE LIABILITY X X CWP2865825 4/01/2015 04/01/2016 COMBINED SINGLE LIMIT Ea accident 1 000 000 > > X _ BODILY INJURY (Per person) $ ANY AUTO BODILY INJURY (Per accident) $ ALL OWNED SCHEDULED AUTOS AUTOS HIRED AUTOS X AONOSWNED X P.OpcdenI DAMAGE $ A UMBRELLA LIAB X OCCUR X X CU2865826 4/01/2015 04/01/2016 EACH OCCURRENCE s15,000,000 AGGREGATE $15,000,000 EXCESS LIAR CLAIMS -MADE DED I X RETENTION$n /a $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y / N OFFICER/MEMBER EXCLUDED? C] (Mandatory in NH) N/A WA StopGap: CWP2865825 4/01/2015 - _ 04/01/201 WC STATU- OTH- TORY LIMITS ER _ _ E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below B Contr Pollution X ESZ781387012014 5/29/2014 05/29/2016 $1,000,000 /occ. & agg. A Installation Fltr IMC2982131 4/01/2015 �4/01/20115,04/011/2016$500,000 04/01/2016 $100,000 / $5,000 ded A Leased /Rented E . IMC2982131 / $5,000 ded DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE: S 304th Street at 28th Avenue S Intersection Improvements. The City of Federal Way, its officers, officials, employees, volunteers, and agents are additional insured per the attached endorsements. ©1988 -2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) ___ 1 of 1 The ACORD name and logo are registered marks of ACORD 1 This page has been left blank intentionally. I, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s) when you are obligated by virtue of a written contract or agreement that such person or organization(s) be added as an additional insured to your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury ", "property damage" or "personal and advertising injury' caused by "your work" for the additional insured and only to the extent that such "bodily injury ", "property damage" or "personal and advertising injury" is caused by your negligence, or the negligence of those performing operations on your behalf, for that additional insured and included in the "products- completed operations hazard ". This insurance does not apply to any additional insured scheduled on your policy by separate endorsement. B. LIMITS OF INSURANCE Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. C. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury ", "property damage" or "personal and advertising injury" arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to paragraph 3. below, professional services include: a. Preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your products - completed operations. D. PRIMARY NON - CONTRIBUTORY When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS — COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. ICL CG 20 48 01 14 17 II Includes Copyrighted material of Insurance Services Office, Inc with its permission Page 1 of 1 IThis-page has been left blank intentionally. 7 J COMMERCIAL GENERAL LIABILITY CL CG 00 13 08 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS If SECTION I - COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: 1. The Medical Expense Limit provided by this policy, subject to the terms of SECTION III -LIMITS OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING, EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If damage to premises rented to you under Coverage A. is not otherwise excluded from this policy, the following applies: 1. The last paragraph of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in SECTION III - LIMITS OF INSURANCE. 2. Paragraph 6. of SECTION III - LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, the greater of: a. $300,000; or b. the Damage To Premises Rented To You Limit shown in the Declarations; is the most we will pay under COVERAGE A for damages because of "property damage" to any one premises, while rented to you or temporarily occupied by you with the permission of the owner. 3. Paragraph 4.b.(1)(a)(ii) Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (ii) That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; 4. Paragraph 9.a. of SECTION V - DEFINITIONS is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract "; ICL CG 00 13 08 13 Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 6 C. LIMITED NON -OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the I following: A watercraft you do not own that is: a. Less than 51 feet long; and b. Not used to carry persons or property for a charge. D. SUPPLEMENTARY PAYMENTS SECTION I - SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended as follows: 1. The limit of insurance in paragraph 1.b. is increased from $250 to $2,500; and 2. The limit of insurance in paragraph 1.d. is increased from $250 to $500. E. AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS PRIMARY NON - CONTRIBUTORY The following is added to Paragraph 2. of SECTION II - WHO IS AN INSURED: e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured on your policy. When required by virtue of a written contract or agreement, coverage provided to any additional insured will be on a primary basis and will not seek contribution from the additional insured's policy. Only the following persons or organizations are additional insureds under this endorsement: (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (a) Any "occurrence" which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whom you lease equipment, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s) or organization (s). However, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property damage" arising out of "your products" shown in the Schedule which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: a. The insurance afforded the vendor does not apply to: ICL CG 00 13 08 13 1. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; 2. Any express warranty unauthorized by you; 3. Any physical or chemical change in the product made intentionally by the vendor; Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 2 of 6 ' 4. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 1 5. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; ' 7. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. (4) State Or Political Subdivision - Permits Or Authorizations Relating To Premises. Any state or political subdivision, subject to the following additional provision: This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. When required by virtue of a written contract or agreement, coverage provided to any additional insured AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON - CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. F. BROADENED NAMED INSURED - NEWLY ACQUIRED 180 DAYS Paragraph 3. of SECTION II - WHO IS AN INSURED is deleted and replaced by the following: Any organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. c. COVERAGE B does not apply to "personal and advertising injury' arising out of an offense committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF INSURANCE The General Aggregate Limit under SECTION III - LIMITS OF INSURANCE applies separately to ' each of your: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 3 of 6 Office, Inc. with its permission ILl 1. Projects away from premises owned by or rented to you. 2. "Locations" owned by or rented to you. "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway, waterway or right -of -way of a railroad. When paragraph B. Construction Project General Aggregate Limit on form CL CG 00 20 is a pan` of this policy, then paragraph G. Aggregate Limits of Insurance of this endorsement does not apply. H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: e. A report of an "occurrence ", offense, claim or "suit" to: (1) You, if you are an individual, (2) A partner, if you are a partnership, (3) An executive officer, if you are a corporation, or (4) A manager, if you are a limited liability company; is considered knowledge and requires you to notify us of the "occurrence ", offense, claim, or "suit" as soon as practicable. f. We are considered on notice of an "occurrence ", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops into an "occurrence ", offense, claim or "suit" for which there is coverage under this policy. However, we will only be considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy. I. UNINTENTIONAL OMISSIONS The following is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fail to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non - renewal. This provision does not apply to any known injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH Paragraph 3. of SECTION V - DEFINITIONS is deleted and replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract requiring such waiver with that person or organization and included in the "products- completed operations hazard ". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights. CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 4 of 6 Office, Inc. with its permission Paragraph K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS does not apply if another waiver of transfer of rights of recovery against others is endorsed separately to this policy. L. OTHER INSURANCE When Coverage applies in this General Liability Enhancement Endorsement, no other coverage or limit of insurance in the policy applies to loss or damage insured by this coverage. M. NON - EMPLOYMENT DISCRIMINATION LIABILITY (DEFENSE WITHIN LIMITS) ' The following is added to paragraph 14. "Personal and advertising injury" SECTION V - DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non - employment discrimination. Non - employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or local statutes, rules or regulations. Non - employment discrimination does not include violation of civil rights arising out of past, present or prospective employment. Our obligation under the Personal and Advertising Injury Liability Coverage to pay non- ' employment discrimination liability damages on your behalf applies only to the amount of damages in excess of $5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. The most we will pay for all damages for non - employment discrimination is $15,000 annual aggregate. No other liability to pay sums or perform acts or services is covered. Supplemental Payments - Coverages A and B do not apply to non - employment discrimination coverage. N. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS OR OTHERS- AUTOMATIC, INCLUDING PRIMARY NON - CONTRIBUTORY 1. SECTION II - WHO IS AN INSURED is amended to include as an additional insured any person or organization for whom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional ' insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused by your ongoing operations for the additional insured and only to the extent that such "bodily injury", "property damage" or "personal and advertising injury" is caused by your negligence or the negligence of those performing operations on your behalf. This insurance does not apply to "bodily injury", "property damage ", "personal and advertising injury" included within the "products- completed operations hazard ". This insurance does not apply to any additional insured scheduled on your policy by separate endorsement 2. Limits of Insurance Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. 3. Exclusions A. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury' arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 5 of 6 Office, Inc. with its permission U a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3. below, professional services include: a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, ' techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations. ' B. "Bodily injury' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its j intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. 4. Primary Non - Contributory When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - ONGOING OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. ' CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 6 of 6 Office, Inc. with its permission Mlles Resources LLU THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following provides a broad range of coverage in addition to that provided by the basic policy. In some instances, a higher limit or broader coverage is available. Should the policy Indicate broader coverage or higher limits than provided by this endorsement, the higher limits or broader coverage shall apply. A. BROADENED NAMED INSURED The Named Insured shown in the Declarations is amended to include: Any organization, other than a joint venture, over which you maintain ownership or majority inter- est of more than 50 %, unless that organization Is an "insured" under any other automobile poli- cy or would be an "insured" under such a policy but for the exhaustion of its Limit of Insurance, however; 1. Coverage under this provision is afforded 1 only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. 2. Coverage does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. B. ADDITIONAL INSURED BY CONTRACT OR AGREEMENT The following is added to Section 11 - Liability Coverage, Paragraph A.1.: d. Any person or organization for whom you are performing operations if you and such person or organization have agreed in writ- ing in a contract or agreement that such person or organization be added as an addi- tional insured on your policy. (1) Such person or organization is an additional insured only with respect to liability for "bodily injury" or "prop- erty damage ": (a) Caused by an "accident ", and (2) A person's or organization's status as an additional insured exists only while you are performing operations for that additional insured. (3) Section II, Paragraph C. Limits of Insurance for person or organization added as additional insured are those specified in the written con- tract or agreement, or in this cover- age form, whichever is less. These limits of insurance are inclusive of and are not in addition to the Limits of Insurance shown in the Declara- tions. (4) This insurance applies on a primary and non- contributory basis if that is required by the written contract or agreement. (5) This insurance does not apply un- less the written contract or agree- ment has been executed prior to the "bodily injury" or "property damage ". C. ADDITIONAL INSURED - EMPLOYEES The following is added to the Section II — Liability Coverage, Paragraph AA. Who Is An Insured Provision: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. D. EXTENDED COVERAGE - BAIL BONDS Section If — Liability Coverage, Paragraph A.2.a.(2). is deleted and replaced by the follow- ing: (b) Resulting from the ownership, (2) Up to $5,000 for cost of bail bonds maintenance or use of a cov- (including bonds for related traffic ered "auto ". law violations) required because of an "accident" we cover. We do not have to furnish these bonds. CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 1 of 5 Office, Inc., with its permission E. EXTENDED COVERAGE - LOSS OF EARN- ING Section 11 — Liability Coverage, Paragraph A.2.a.(4) is deleted and replaced by the follow- ing: (4) All reasonable expenses incurred by the "insured" at our request, includ- ing actual loss of earning up to $500 a day because of time off from work. F. FELLOW EMPLOYEE COVERAGE The Fellow Employee Exclusion contained in Section II — Liability Coverage does not apply. This coverage is excess over any other collect- able insurance. G. AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMIT If the "insured" is wearing a seat belt at the time an. "accident" occurs, the LIMIT OF INSUR- ANCE for AUTOMOBILE MEDICAL PAYMENTS COVERAGE shown in the Declarations will be double the limit shown. All other terms and con- ditions applicable to MEDICAL PAYMENTS re- mairi unchanged. H. COVERAGE EXTENSION AS A CONSE- QUENCE OF THEFT OF AN "AUTO" 1. Transportation Expense Section III — Physical Damage Coverage, Paragraph A.4.a. is deleted and replaced by the following: a. We will also pay up to $75 per day to a maximum of $2,500 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 "au- tos" for which you carry either Compre- hensive 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 poli- cy's expiration, when the covered "auto" is returned to use or we pay for its "loss ". We will also pay reasonable and neces- sary expenses to facilitate the return of the stolen "auto" to you. I. EXTENDED COVERAGE - AIRBAGS Section III — Physical Damage Coverage, Para- graph B.3.a. does not apply to the unintended discharge of an airbag. Coverage is excess over any other collectible insurance or warranty specifically designed to provide coverage. CW 34 68 0112 II J. LEASED OR FINANCED "AUTOS" - PHYSI- CAL DAMAGE COVERAGE The following is added to Section III — Physical Damage Coverage, Paragraph C. 4. 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. The amount under the Physical Damage Coverage section of the policy; and la. Any: (1) Overdue lease /loan payments at the time of the "loss'; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, Credit Life Insurance, Health, Acci- dent or Disability Insurance pur- chased with the loan or lease; and (5) Carry -over balances from previous loans or leases. K. GLASS DEDUCTIBLE Section III -- Physical Damage Coverage, Para- graph D. is deleted and replaced by the follow- ing: D. DEDUCTIBLE For each covered "auto" our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the appli- cable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to: 1. "Loss" caused by fire or lightning; or 2. "Loss" when you elect to patch or repair glass rather than replace. L. EXTENDED COVERAGE - ELECTRONIC EQUIPMENT Paragraph C.2.a. Limits of Insurance of Section III — Physical Damage Coverage is deleted.: We will pay with respects to a covered "auto" for "loss" to antennas and other accessories neces- sary for use of the electronic equipment. How- ever, this does not include tapes, records or discs. Includes Copyrighted material of insurance Services Office, Inc., with its permission Page 2 of 5 M. EXTENDED COVERAGE - PERSONAL EF- FECTS The following is added to Section III — Physical Damage Coverage, Paragraph AA.: d. Physical Damage Coverage on a cov- ered "auto" may be extended to "loss" to your personal property or, if you are an individual, the personal property of a family member, that is in the covered "auto" at the time of "loss ". The most we will pay for any one "loss" under this coverage extension is $500. N. TOWING AND LABOR COVERAGE Section III — Physical Damage Coverage, Para- graph A.2. is deleted and replaced by the follow- ing: If a private passenger type "auto" or light truck "auto" (0- 10,000 Lbs. GVW) is provided both Comprehensive and Collision Coverage, we will pay up to $150 for towing and labor costs in- curred each time such "auto" is disabled. If a medium, heavy or extra -heavy truck or extra - heavy Truck - tractor "auto" (greater than 10,000 Lbs. GVW) is provided both Comprehensive and Collision Coverage, we will pay up to $250 for towing and labor costs incurred each time such "auto" is disabled. However, the labor must be performed at the place of disablement. O. EXTENDED COVERAGE - CUSTOMIZED FURNISHINGS The following is added to Section III — Physical Damage Coverage, Paragraph AA.: e. Physical Damage Coverage on a cow ered "auto" may be extended to "loss" to custom furnishings including, but not limited to special carpeting and insula- tion, height - extending roofs, and custom murals, paintings, or other decals or graphics, custom signage and custom non - factory paint. Our limit of liability for loss to custom furnishings shall be the least of: (1) Actual cash value of the stolen or damaged property; (2) Amount necessary to repair or re- place the property; or P. PHYSICAL DAMAGE COVERAGE - HIRED "AUTOS You may extend the Comprehensive, Specified Causes of Loss and Collision coverages provid- ed on your owned "autos" to any "auto" you lease, rent, hire or borrow from someone other than your employees or partners or members of their households subject to the following: 1. The most we will pay in any one "loss" is the least of $100,000, the actual cash value of the "auto" or the cost to repair or replace the "auto ", except that such amount will be re- duced by a deductible to be determined as follows: a. The deductible shall be equal to the amount of the highest deductible shown for any owned "auto" of the same classi- fication for that coverage. In the event there is no owned "auto" of the same classification, the highest deductible for any owned "auto" will apply for that cov- erage. b. No deductible will apply to "loss" caused by fire or lightning. 2. Coverage provided under this extension will: a. Be excess over any other collectible Insurance; b. Pay, in addition to the limit set forth in P.1, above, up to $500 per day, not to exceed $3,500 per "loss" for: (1) Any costs or fees associated with the "loss" to a hired "auto "; and (2) Loss of use, provided it is the con- sequence of an "accident" for which you are legally liable, and as a result of which a monetary loss is sus- tained by the leasing or rental con- cern. Q. RENTAL REIMBURSEMENT COVERAGE We will pay for rental reimbursement expenses incurred by you for the rental of an "auto" be- cause of "loss" to a covered "auto ". 1. Payment applies in addition to the otherwise applicable amount of each coverage you have on the covered "auto ". 2. No deductible applies to this coverage. (3) $1,000 3. We will pay only for those expenses incurred This coverage extension does not apply during the policy period beginning 24 hours to electronic equipment. after the "loss" and ending, regardless of the expiration date of the policy, with the lesser of the following: CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 3 of 5 Office, Inc., with its permission a. When the covered "auto" has been re- paired or replaced, or b. When the total amount paid under this coverage extension reaches $2,500. 4. Our payment is limited to the lesser of the following amounts: a. Necessary and actual expenses in- curred. b. Not more than $75 per day. 5. We will pay up to an additional $300 for the reasonable and necessary expenses you in- cur to remove your materials and equipment from the covered "auto" and replace such materials and equipment on the rental "au- to" 6. This coverage does not apply while there are spare or reserve "autos" available to you for your operations. 7. If "loss" results from the total theft of a cov- ered "auto" of the "private passenger type ", we will pay under this coverage only that amount of your rental reimbursement ex- penses which is not already provided for un- der the Physical Damage Coverage Exten- sion. R. DRIVE OTHER CAR COVERAGE 1. Changes In Liability Coverage a. Any "auto" you don't own, hire or borrow Is a covered "auto" for Liability Coverage while being used by: (1) You, if you are designated in the Declarations as an individual; (2) Your partners or members, if you are designated in the Declarations as a partnership or joint venture; (3) Your members or managers, if you are designated in the Declarations as a limited liability company; (4) Your "executive officers ", if you are designed in the Declarations as an organization other than an individu- al, partnership, joint venture or lim- ited liability company; and (b) Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or park €ng "autos ". 2. Changes in Auto Medical Payments And Uninsured And Underinsured Motorists Coverages The following is added to Who Is An Insured: Any individual named in R.1.a and his or her "family members" are "insured" while "occupy - Ing" or while a pedestrian when being struck by any "auto" you don't own except: Any "auto" owned by that individual or by any "family member ". 3. Changes In Physical Damage Coverage Any private passenger type "auto" you don't own, hire or borrow Is a covered "auto" while In the care, custody or control of any individual named in R.1.a or his or her spouse while a resident of the same household except: a. Any "auto" owned by that Individual or by any member of his or her household. b. Any "auto" used by than Individual or his or her spouse while working In a business of selling, servicing, repairing or parking "au- tos". 4. The most we will pay for the total of all dam- ages under LIABILITY COVERAGE, AUTO MEDICAL PAYMENTS, UNINSURED MO- TORISTS COVERAGE and UNDERIN- SURED MOTORISTS COVERAGE is the LIMIT OF INSURANCE shown in the Decla- rations as applicable to owned "autos ". S. Our obligation to pay for, repair, return or replace damaged or stolen property under PHYSICAL DAMAGE COVERAGE, will be reduced by a deductible equal to the amount of the largest deductible shown for any owned private passenger type "auto" appli- cable to that coverage. If there are no owned private passenger type "autos ", the deductible shall be $50 for Comprehensive Coverage and $100 for Collision Coverage. No deductible will apply to "loss" caused by fire or lightning. E. Additional Definition (5) The spouse of any person named in As used in this section; R. DRIVE OTHER R.1.a.1. through R.1.a.(4) while a CAR COVERAGE: resident of the same household. "Family member" means a person related to except: the individual named in R.1.a by blood, mar - (a) Any "auto" owned by that individu- riage or adoption who Is a resident of the Indi- al or by any member of his or vidual s household, including a ward or foster her household. child. CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 4 of 5 Office, Inc., with its permission S. KNOWLEDGE OF OCCURRENCE The following is added to Section IV — Business Auto Conditions, Paragraph A.2.: d. Notice of an "accident" or 'loss" will be considered knowledge of yours only if reported to you, if you are an individual, a partner, an executive officer or an em- ployee designated by you to give us such notice. e. Notice of an "accident` or "loss" to your Workers Compensation insurer, for an event which later develops into a claim for which there is coverage under this policy, shall be considered notice to us, but only if we are notified as soon as you know that the claim should be ad- dressed by this policy, rather than your Workers Compensation policy. f. Your rights under this policy shall not be prejudiced if you fail to give us notice of an "accident' or 'loss ", solely due to your reasonable and documented belief that the event is not covered by this pol- icy. The following is added to Section IV — Busi- ness Auto Conditions, Paragraph 2.b.: (6) Knowledge of the receipt of docu- ments concerning a claim or "suit" will be considered knowledge of yours only if receipt of such docu- ments is known to you, if you are an individual, a partner, an executive officer or an employee designated by you to forward such documents to us. T. WAIVER OF SUBROGATION BY CONTRACT OR AGREEMENT The following is added to Section IV - Business Auto Conditions, Paragraph A.6.: We waive any right of recovery we may have against any "Insured" provided coverage under this endorsement under B., ADDITIONAL IN- SURED BY CONTRACT OR AGREEMENT, but only as respects "loss" arising out of the opera- tion, maintenance or use of a covered "auto" pursuant to the provisions or conditions of the written contract or agreement. U. UNINTENTIONAL OMISSIONS The following is added Section IV - Business Auto Conditions, Paragraph B.Z.: We will not deny coverage under this policy It you fail to disclose all hazards existing as of the inception date of the policy, provided such fail- ure is not intentional. V LIBERALIZATION If we revise this endorsement to provide greater coverage without additional premium charge, we will automatically provide the additional cover- age to all endorsement holders as of the day the revision is effective in your state. CW 34 68 09 92 Includes Copyrighted material of Insurance Services Page 5 of 5 Office, Inc., with its permission EXHIBIT G CITY OF FEDERAL WAY Bond No. 023033098 PERFORMANCE/ PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned Miles Resources, LLC, ("Principal'? and Liberty Mutual Insurance Company ' the undersigned corporation organized and existing under the laws of the State of Massachusetts and legally doing business in the State of Washington as a surety ("Surety"), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ("City'] in the penal sum of Five Hundred Ninety ' Mm Two Thousand, Four Hundred Forty One Dollars and 90/100 ($592,441.90) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. =� This obligation is entered into an Agreement with the City dated A7jlL&k �A 20J for S 304th Street at 28th Avenue S Intersection Improvements. 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 persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City `ml harmless from any damage or expense by reason of failure of performance as specified in the Agreement Y within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. ` And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the 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. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be 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 v bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the P Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interpiead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with City of Federal Way RFB # 15 -004 S 304" St at 28'" Ave S Page 57 March 2015 RFB ver. 1 -15 Ile mediation procedures of United States Arbitration and Mediation ("USA&M'j. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. DATED this l7thday of August , 2015 . CORPORATE SEAL OF PRINCIPAL: PRINCIPAL Mi Res es, LLC r By: erson Execu •ing Bond) Its: Jeffrey Thomas, Vice President ;. (Title) Y 400 VALLEY AVENUE NE PUYAULLUP, WA 98372 (253) 383 -3585 CERTIFICATE AS TO CORPORATE SEAL gota Public of Washington State Co.of Pierce �t-l:5zcret gr:Df dm:[brpom amd asQrl?ncipal =her withirrband•thatJeffrey Thomas , who signed the said bond on behalf of the Principal, was Vice Pre s i d e n tof the said Corporation; that I know his or her signature thereto is genuine, and that said bond was my signed, seated, and attested for and in behalf of said Corporation by authority of its governin g body. As �';`a►+""g8p"Exp�F,�t1��= Secm y�{g Notary Public NOTARY =_ .. CQRPORATE SEAL OF SURE�(st : PUBLIC i ;; f?� . 9;••.°,3 1s - `�.�' �'l ; SU Li be Mutual. Insurance Company ,. Or el Attgfnl y-!Vfact (Aftac, PoWer of Att ney) Je i er L. Snyder (Nah4 of Person Executing Bond) PO Box 2940 APPROVED AS TO FORM: nn *i(Amy Jo Pearsall, City Attorney City of Federal Way 1 S 300 St at 28" Ave S 1 RFB ver. 1 -15 Tacoma, WA 98401 (Address) (253) 759 -2200 (Phone) RPB # 15 -004 Page 58 March 2015 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7020031 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duty organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the lam of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Barbara A. Johnson; Brent E. Heilesen• Carley Espiritu; Christopher Kinyon• Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Jake nia• .lamas R. Rindec .lamie r)iPmer- aeffrPv I _ 7immerman• .IP.nnlfPr I _ Snvdec Julie R, Truitt: Karen Swanson: "Kellie Hoaan: Kristine A. Lawrence: all of the city of Tacoma , state of WA each individually if there be more than one named, its true and lawful attomey -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 11th day of June , 2015 Qq�0 CA INSU `itrs R N +r,suk American Fire and Casualty Company The Ohio Casualty Insurance Company z M 1 ra Liberty Mutual Insurance Company 1906 0 0 1919 n > 1912 1991 3 West American Insurance Company "'HAnePS���aD * 1 ♦ * * By: wyi STATE OF PENNSYLVANIA ss David M. Care ; AUTHORIZATION TO ACT ON BEHALF OF MILES RESOURCES, LLC A WASHINGTON LIMITED LIABILITY COMPANY WHEREAS, Miles Resources, LLC (the "Conipany ") is a Washington limited liability company organized for purposes of (among other things) managing and operating business assets used in connection with the Company's construction, paving and related activities; WHEREAS, all authority to operate the business and affairs of the Company is vested in one or more mangers, and the managers of the company are Walt Miles, Lisa Kittilsby, and Tim Kittilsby (hereinafter the "Managers "); WHEREAS, the Mangers of the company intend to delegate certain authority relating to the day - to -day operations of the company to the individuals identified below; NOW THEREFORE, be it resolved as follows: RESOLVED, that the Managers hereby delegate a portion of their authority to the "Operations Managers: of the Company named below; RESOLVED, that each of the Operations Managers, acting individually, shall have the power and authority to manage the day -to -day business of the company. Without limiting the generality of the foregoing, the Operations Managers shall have the power and authority to negotiate and enter into contracts on behalf of the Company, sign documents relating to such contracts, and to engage in any other acts related to the Company's day -to -day operations; RESOLVED, that Jeffrey D. Thomas, Bradley Deakins, Michael Tolikuehn and Angela Reis are hereby appointed as Operations Mangers of the company to fulfill the duties described above. For the purpose of execution of the Authorization, a facsimile or electronically scanned signature shall have the same force and effect as an original signature. This Agreement may be executed in one or more counterparts, all of which shall be considered one and the same Agreement. SIGNED and EFFECTIVE this ' �, day of 2012 MILES RESOURCES, LLC By: Walt Miles Its: Manager and Member By: Lisa Kittilsby Its: Manager and R4et By: Tim Kittilsby Its: Manager OPERATIONS MANNGERS J fr#' D% Thomas dice President/Operations Manager Bradley Deakins CPO /Operations Vanager r Michael Tollkueli-- Operations Manager r•, Angela Regis > Operations Manager EXHIBIT H ' 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's agrees as follows: 1. Compliance with Regulations ' The contractor shall comply with the Regulations relative to non - discrimination in federally assisted programs of United States Department of Transportation ( USDOT), Title 49, Code of ' Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. ' 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. 1 G 1 0 rl 1 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. S. 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 City of Federal Way RFB # 15 -004 S 304'x' St at 28'x' Ave S Page 59 March 2015 RFB ver. 1 -15 0 1 1 1 1 0 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. City of Federal Way RFB # 15 -004 S 304`h St at 28h Ave S Page 60 March 2015 ' RFB ver. 1 -15 Li 1 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2014 Standard Specifications for Road, Bridge, and Municipal Construction. AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1- 01.AP1 Section 1 -01, Definitions and Terms August 4, 2014 1 -01.3 Definitions The definition for "Engineer" is revised to read: The Contracting Agency's representative who directly supervises the engineering and administration of a construction Contract. The definition for "Inspector" is revised to read: The Engineer's representative who inspects Contract performance in detail. The definition for "Project Engineer" is revised to read: Same as Engineer. The definition for "Working Drawings" is revised to read: Drawings, plans, diagrams, or any other supplementary data or calculations, including a schedule of submittal dates for Working Drawings where specified, which the Contractor must submit to the Engineer. 1- 02.AP1 Section 1 -02, Bid Procedures and Conditions April 7, 2014 1- 02.8(1) Noncoilusion Declaration The third paragraph is revised to read: City of Federal Way S 304th St at 28th Ave S Page 1 RFB # 15 -004 2015 Therefore, by including the Non - collusion Declaration as part of the signed bid Proposal, the Bidder is deemed to have certified and agreed to the requirements of the Declaration. 1- 03.AP1 Section 1 -03, Award and Execution of Contract January 5, 2015 1-03.3 Execution of Contract The first paragraph is revised to read: Within 20 calendar days after the Award date, the successful Bidder shall return the signed Contracting Agency - prepared Contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4, and shall be registered as a contractor in the state of Washington. 1-03.4 Contract Bond The last word of item 3 is deleted. Item 4 is renumbered to 5. The following is inserted after item 3 (after the preceding Amendments are applied): 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 1 -03.5 Failure to Execute Contract The first sentence is revised to read: Failure to return the insurance certification and bond with the signed Contract as required in Section 1 -03.3, or failure to provide Disadvantaged, Minority or Women's Business Enterprise information if required in the Contract, or failure or refusal to sign the Contract, or failure to register as a contractor in the state of Washington shall result in forfeiture of the proposal bond or deposit of this Bidder. 1 -04.AP1 Section 1-04, Scope of the Work August 4, 2014 1 -04.4 Changes In the third paragraph, item number 1 and 2 are revised to read: A. When the character of the Work as altered differs materially in kind or nature from that involved or included in the original proposed construction; or B. When an item of Work, as defined elsewhere in the Contract, is increased in excess of 125 percent or decreased below 75 percent of the original Contract quantity. For 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. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 2 2011 I The last two paragraphs are deleted. This section is supplemented with the following new subsections: 1- 04.4(2) Value Engineering Change Proposal (VECP) 1- 04.4(2)A General A VECP is a Contractor proposed change to the Contract Provisions which will accomplish the projects functional requirements in a manner that is equal to or better than the requirements in the Contract. The VECP may be: (1) at a less cost or time, or (2) either no cost savings or a minor increase in cost with a reduction in Contract time. The net savings or added costs to the Contract Work are shared by the Contractor and Contracting Agency. The Contractor may submit a VECP for changing the Plans, Specifications, or other requirements of the Contract. The Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise subject to litigation. The VECP shall meet all of the following: 1. Not adversely affect the long term life cycle costs. 2. Not adversely impact the ability to perform maintenance. 3. Provide the required safety and appearance. q Y pp 4. Provide substitution for deleted or reduced Disadvantaged Business Enterprise Condition of Award Work, Apprentice Utilization and Training. VECPs that provide a time reduction shall meet the following requirements: 1. Time saving is a direct result of the VECP. 2. Liquidated damages penalties are not used to calculate savings. 3. Administrative /overhead cost savings experienced by either the Contractor or Contracting Agency as a result of time reduction accrue to each party and are not used to calculate savings. 1- 04.4(2)B VECP Savings 1- 04.4(2)61 Proposal Savings The incentive payment to the Contractor shall be one -half of the net savings of the proposal calculated as follows: 1. (gross cost of deleted work) — (gross cost of added work) = (gross savings) 2. (gross savings) — (Contractor's engineering costs) — (Contracting Agency's costs) = (net savings) City of Federal Way RFB # 15 -004 S 3041h St at 28th Ave S Page 3 2015 3. (net savings) / 2 = (incentive pay) The Contracting Agency's costs shall be the actual consultant costs billed to the Contracting Agency and in -house costs. Costs for personnel assigned to the Engineer's office shall not be included. 1- 04.4(2)B2 Added Costs to Achieve Time Savings The cost to achieve the time savings shall be calculated as follows: 1. (cost of added work) + (Contractor's engineering costs - Contracting Agency's engineering costs) = (cost to achieve time savings) - 2. (cost to achieve time savings) / 2 = (Contracting Agency's share of added cost) If the timesaving proposal also involves deleting work and, as a result, creates a savings for the Contracting Agency, then the Contractor shall also receive one -half of the savings realized through the deletion. 1- 04.4(2)C VECP Approval 1- 04.4(2)C1 Concept Approval The Contractor shall submit a written proposal to the Engineer for consideration. The proposal shall contain the following information: 1. An explanation outlining the benefit provided by the change(s). 2. A narrative description of the proposed change(s). If applicable, the discussion shall include a demonstration of functional equivalency or a description of how the proposal meets the original contract scope of work. 3. A cost discussion estimating any net savings. Savings estimates will generally follow the outline below under the section, "Proposal Savings ". 4. A statement providing the Contracting Agency with the right to use all or any part of the proposal on future projects without future obligation or compensation. 5. A statement acknowledging and agreeing that the Engineer's decision to accept or reject all or part of the proposal is final and not subject to arbitration under the arbitration clause or otherwise be subject to claims or disputes. 6. A statement giving the dates the Engineer must make a decision to accept or reject the conceptual proposal, the date that approval to 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 the VECP by the date specified by the Contractor in their proposal the VECP will be deemed rejected. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 4 2015 7. The submittal will include an analysis on other Work that may have costs that changed as a result of the VECP. Traffic control and erosion control shall both be included in addition to any other impacted Work. �( After review of the proposal, the Engineer will respond in writing with acceptance or rejection of the concept. This acceptance shall not be construed as authority to proceed with any change contract work. Concept approval allows the Contractor to proceed with the Work needed to develop final plans and other information to receive formal approval and to support preparation of a change order. 1 -04.4(2)C2 Formal Approval The Contractor's submittal to the Engineer for formal approval shall include the following: 1. Deleted Work — Include the calculated quantities of unit price Work to be deleted. Include the proposed partial prices for portions of lump sum Work deleted. For deletion of force account items include the time and material estimates. 2. Added Work — Include the calculated quantities of unit price Work to be added, either by original unit Contract prices or by new, negotiated unit prices. For new items of Work include the quantities and proposed prices. Formal approval of the proposal will be documented by issuance of a change order. The VECP change order will contain the following statements which the Contractor agrees to by signing the change order. 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 5 2015 3. Contractor's Engineering Costs — Submit the labor costs for the engineering to develop the proposal; costs for Contractor employees utilized in contract operations on a regular basis shall not be included. 4. Schedule Analysis — If the VECP is related to time savings, the Contractor shall submit a partial progress schedule showing the changed Work. The submittal shall also include a discussion comparing the partial progress schedule with the approved progress schedule for the project. 5. Working Drawings — Type 3 Working Drawings shall be submitted; �} those drawings which require engineering shall be a Type 3E. Formal approval of the proposal will be documented by issuance of a change order. The VECP change order will contain the following statements which the Contractor agrees to by signing the change order. 1. The Contractor accepts design risk of all features, both temporary and permanent, of the changed Work. 2. The Contractor accepts risk of constructability of the changed Work. 3. The Contractor provides the Contracting Agency with the right to use all or any part of the proposal on future projects without further obligation or compensation. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 5 2015 VECP change orders will contain separate pay items for the items that are applicable to the. Proposal. These are as follows: 1. Deleted Work. 2. Added Work. 3. The Contractor's engineering costs, reimbursed at 100 percent of the Contractor's cost. 4. Incentive payment to the Contractor. When added Work costs exceed Deleted Work costs, but time savings make a viable proposal, then items 3 and 4 above are replaced with the following: 3. The Contracting Agency's share of added cost to achieve time savings. 4. The Contractor's share of savings from deleted Work. 1- 04.4(2)C3 Authority to Proceed with Changed Work The authority for the Contractor to proceed with the VECP Work will be provided by one of the following options: 1. Execution of the VECP change order, or 2. At the Contractor's request the Contracting Agency may provide approval by letter from the Engineer for the Work to proceed prior to execution of a change order. All of the risk for proceeding with the VECP shall be the responsibility of the Contractor. Additionally, the following criteria are required to have been met: a) Concept approval has been granted by the Contracting Agency. b) All design reviews and approvals have been completed, including plans and specifications. c) The Contractor has guaranteed, in writing, the minimum savings to the Contracting Agency. 1- 05.AP7 Section 1 -05, Control of Work August 4, 2014 1 -05.1 Authority of the Engineer In this section, "Project Engineer" is revised to read "Engineer". The second paragraph (up until the colon) is revised to read: The Engineer's decisions will be final on all questions including the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 6 2015 1 The first sentence in the third paragraph is revised to read: ' The Engineer represents the Contracting Agency with full authority to enforce Contract requirements. 1 -05.2 Authority of Assistants and Inspectors The first paragraph is revised to read: The Engineer may appoint assistants and Inspectors to assist in determining that the Work and materials meet the Contract requirements. Assistants and Inspectors have the authority to reject defective material and suspend Work that is being done improperly, subject to the final decisions of the Engineer. In the third paragraph, "Project Engineer' is revised to read "Engineer". 1 -05.3 Plans and Working Drawings This section's title is revised to read: Working Drawings This section is revised to read: The Contract may require the Contractor to submit Working Drawings for the performance of the Work. Working Drawings shall be submitted by the Contractor electronically to the Engineer in PDF format; drawing details shall be prepared in accordance with conventional detailing practices. If the PDF format is found to be unacceptable, at the request of the Engineer, the Contractor shall provide paper copies of the Working Drawings with drawings on 11 by 17 inch sheets and calculations /text on 8'/2 by 11 inch sheets. Working Drawings will be classified under the following categories: 1. Type 1 — Submitted for Contracting Agency information. Submittal must be received by the Contracting Agency a minimum of 7 calendar days before work represented by the submittal begins. 2.. Type 2 — Submitted for Contracting Agency review and comment. Unless otherwise stated in the Contract, the Engineer will require up to 20 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall not proceed with the Work represented by the Working Drawing until comments from the Engineer have been addressed. 3. Type 2E — Same as a Type 2 Working Drawing with Engineering as described below. 4. Type 3 — Submitted for Contracting Agency review and approval. Unless f otherwise stated in the Contract, the Engineer will require up to 30 calendar days from the date the Working Drawing is received until it is returned to the Contractor. The Contractor shall obtain the Engineer's written approval before proceeding with the Work represented by the Working Drawing. City of Federal Way RFB # 15-004 S 3041h St at 281h Ave S Page 7 2015 5. Type 3E — Same as a Type 3 Working Drawing with Engineering as described below. All Working Drawings . shall be considered Type 3 Working Drawings except as specifically noted otherwise in the Contract. Unless designated otherwise by the Contractor, submittals of Working Drawings will be reviewed in the order they are received by the Engineer. In the event that several Working Drawings are received simultaneously, the Contractor shall specify the sequence in which they are to be reviewed. If the Contractor does not submit a review sequence for simultaneous Working Drawing submittals, the review sequence will be at the Engineer's discretion. Working Drawings requiring Engineering, Type 2E and 3E, shall be prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23 -020. Design calculations shall carry the Professional Engineer's signature and seal, date of signature, and registration number on the cover page. The cover page shall also include the Contract number, Contract title and sequential index to calculation page numbers. If more than the specified number of days is required for the Engineer's review of any individual Working Drawing or resubmittal, an extension of time will be considered in accordance with Section 1 -08.8. Review or approval of Working Drawings shall neither confer upon the Contracting Agency nor relieve the Contractor of any responsibility for the accuracy of the drawings or their conformity with the Contract. The Contractor shall bear all risk and all costs of any Work delays caused by rejection or nonapproval of Working Drawings. Unit Bid prices shall cover all costs of Working Drawings. 1- 07.AP1 Section 1-07, Legal Relations and Responsibilities to the Public January 5, 2015 1-07.2 State Taxes This section is revised to read: The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant'to clarify those rules. The Contracting Agency will not adjust its payment if the Contractor bases a Bid on a misunderstood tax liability. The Contracting Agency may deduct from its payments to the Contractor, retainage or lien the bond, in the amount the Contractor owes the State Department of Revenue, whether the amount owed relates to the Contract in question or not. Any amount so deducted will be paid into the proper State fund on the contractor's behalf. For additional information on tax rates and application refer to applicable RCWs, WACs or the Department of Revenue's website. 1- 07.2(1) State Sales Tax: Work Performed on City, County, or Federally - Owned Land This section including title is revised to read: 1 City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 8 2015 1 1- 07.2(1) State Sales Tax: WAC 458 -20 -171 — Use Tax For Work designated as Rule 171, Use Tax, the Contractor shall include for compensation the amount of any taxes paid in the various unit Bid prices or other Contract amounts. Typically, these taxes are collected on materials incorporated into the project and items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. 1- 08.AP1 Section 1 -08, Prosecution and Progress May 5, 2014 1 -08.1 Subcontracting The eighth paragraph is revised to read: City of Federal Way ' S 304th St at 281h Ave S Page 9 RFB # 15-004 2015 The Summary of Quantities in the Contract Plans identifies those parts of the project ' that are subject to Use Tax under Section 1- 07.2(1). 1- 07.2(2) State Sales Tax: Work on State -Owned or Private Land This section including title is revised to read: 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax For Work designated as Rule 170, Retail Sales Tax, the Contractor shall collect from the Contracting Agency, Retail Sales Tax on the full Contract price. The Contracting Agency will automatically add this Retail Sales Tax to each payment to the Contractor and for this reason; the Contractor shall not include the Retail Sales Tax in the unit Bid prices or in any other Contract amount. However, the Contracting Agency will not provide additional compensation to the Prime Contractor or Subcontractor for Retail Sales Taxes paid by the Contractor in addition to the Retail Sales Tax on the total contract amount. Typically, these taxes are collected on items such as the purchase or rental of; tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid prices or in any other Contract amounts. The Summary of Quantities in the Contract Plans identifies those parts of the project ' that are subject to Retail Sales Tax under Section 1- 07.2(2). 1- 07.2(3) Services This section is revised to read: Any contract wholly for professional or other applicable services is generally not subject ' to Retail Sales Tax and therefore the Contractor shall not collect Retail Sales Tax from the Contracting Agency on those Contracts. Any incidental taxes paid as part of providing the services shall be included in the payments under the contract. 1- 07.23(1) Construction Under Traffic In the second paragraph, the following new sentence is inserted after the second sentence: Accessibility to existing or temporary pedestrian push buttons shall not be impaired. 1- 08.AP1 Section 1 -08, Prosecution and Progress May 5, 2014 1 -08.1 Subcontracting The eighth paragraph is revised to read: City of Federal Way ' S 304th St at 281h Ave S Page 9 RFB # 15-004 2015 The ninth paragraph is deleted. 1- 09.AP1 Section 1-09, Measurement and Payment ' January 5, 2015 1 -09.6 Force Account ' In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not a firm ' independent from the Contractor or Subcontractor, then after- the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. , 1- 10.AP1 Section 1 -10, Temporary Traffic Control August 4, 2014 1- 10.1(1) Materials The following material reference is deleted from this section: Barrier Drums 9 -35.8 , 1- 10.1(2) Description The first paragraph is revised to read: 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 ' Contracting Agency. 1- 10.2(1) General In the third paragraph, the first two sentences are revised to read: The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. City of Federal Way RFB # 15 -004 S 304th St at 281' Ave S Page 10 2015 , On all projects, the Contractor shall certify to the actual amounts paid to Disadvantaged, Minority, Women's, or Small Business Enterprise firms that were used as Subcontractors, lower tier subcontractors, manufacturers, regular dealers, or service providers on the Contract. This Certification shall be submitted to the Project Engineer on a monthly basis each month between Execution of the Contract and Physical Completion of the contract using the application available at: https:Hremoteapps. wsdot. wa. gov / mapsdata/tools /dbeparticipation. The monthly report is due 20 calendar days following the end of the month. A monthly report shall be submitted for every month between Execution of the Contract and Physical Completion regardless of whether payments were made or work occurred. The ninth paragraph is deleted. 1- 09.AP1 Section 1-09, Measurement and Payment ' January 5, 2015 1 -09.6 Force Account ' In the third paragraph of item number 3, the last sentence is revised to read: In the event that prior quotations are not obtained and the vendor is not a firm ' independent from the Contractor or Subcontractor, then after- the -fact quotations may be obtained by the Engineer from the open market in the vicinity and the lowest such quotation may be used in place of submitted invoice. , 1- 10.AP1 Section 1 -10, Temporary Traffic Control August 4, 2014 1- 10.1(1) Materials The following material reference is deleted from this section: Barrier Drums 9 -35.8 , 1- 10.1(2) Description The first paragraph is revised to read: 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 ' Contracting Agency. 1- 10.2(1) General In the third paragraph, the first two sentences are revised to read: The primary and alternate TCS shall be certified by one of the organizations listed in the Special Provisions. Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. City of Federal Way RFB # 15 -004 S 304th St at 281' Ave S Page 10 2015 , ' The National Cooperative Highway Research Project (NCHRP) Report 350 and the 1- 10.2(1)B Traffic Control Supervisor The first paragraph is revised to read: ' In "NCHRP to "NCHRP 350 MASH ". A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the Engineer. The last paragraph is revised to read: The TCS may perform the Work described in Section 1- 10.3(1)A Flaggers or in Section ' 1- 10.3(1)B Other Traffic Control Labor and be compensated under those Bid items, provided that the duties of the TCS are accomplished. 1- 10.2(2) Traffic Control Plans ' The first paragraph is revised to read: The traffic control plan or plans appearing in the Contract documents show a method of p 9 handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. If the Contractor proposes adding the use of flaggers to a plan, this will constitute a modification requiring approval by the Engineer. The modified plans shall show locations for all the required advance warning igns and a safe, protected location for the flagging station. If flagging is to be performed during hours of darkness, the plan shall include appropriate illumination for the flagging station. In the second paragraph, the second sentence is revised to read: Any Contractor - proposed modification, supplement or replacement shall show the ' necessary construction signs, flaggers, and other traffic control devices required to support the Work. ' 1- 10.2(3) Conformance to Established Standards In the second paragraph, the second sentence is revised to read: ' The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH' have established requirements for crash testing. ' In "NCHRP to "NCHRP 350 MASH ". the third paragraph, 350" is revised read or In the fourth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". In the fifth paragraph, "NCHRP 350" is revised to read "NCHRP 350 or MASH ". 1- 10.3(1) Traffic Control Labor The first paragraph is revised to read: ' The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for the', setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. City of Federal Way RFB # 15 -004 S 304th St at 281h Ave S Page 11 2015 1- 10.3(1)A Flaggers and Spotters ' This section's title is revised to read: Flaggers , The first paragraph is revised to read: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be ' immediately available and shown to the Contracting Agency upon request. The last paragraph is deleted. 1- 10.3(1)B Other Traffic Control Labor This section is revised to read: In addition to flagging duties, the Contractor shall provide personnel for all other traffic control procedures required by the construction operations and for the labor to install, maintain and remove any traffic control devices shown on Traffic Control Plans. 1- 10.3(3)B Sequential Arrow Signs This section is supplemented with the following: A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall ' not be used to laterally shift traffic. When used in the caution mode, the four comer mode shall be used. ' 1- 10.3(3)C Portable Changeable Message Signs This section is revised to read: Where shown on an approved traffic control plan or where ordered by the Engineer, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but ' shall at a minimum provide 4 ft. of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. 1- 10.3(3)F Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1- 10.3(3)F Vacant 1- 10.3(3)K Portable Temporary Traffic Control Signal The fifth paragraph is revised to read: The Project Engineer or designee will inspect the signal system at initial ' installation /operation and approve the signal timing. Final approval will be based on the results of the operational inspection. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 12 2015 I,] 0 I I u u 1 1- 10.4(2) Item Bids With Lump Sum for Incidentals In the second paragraph, the first and second sentences are revised to read: "Flaggers" will be measured by the hour. Hours will be measured for each flagging station, shown on an approved Traffic Control Plan, when that station is staffed in accordance with Section 1- 10.3(1)A. The first sentence of the last bulleted item in this section is revised to read: Installing and removing Barricades, Traffic Safety Drums, ,'Cones, Tubular Markers and Warning Lights and Flashers to carry out approved Traffic Control Plan(s). 1- 10.5(2) Item Bids With Lump Sum for Incidentals This section is deleted and replaced with the following: "Traffic Control Supervisor", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1- 10.2(1)B. "Pedestrian Traffic Control ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work for pedestrian traffic control defined in Section 1 -10. "Flaggers ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1- 10.3(1)A. "Other Traffic Control Labor", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all labor costs incurred by the Contractor in performing the Work specified for this item in Section 1- 10.4(2). "Construction Signs Class A ", per square foot. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)A. In the event that "Do Not Pass" and "Pass With Care" signs must be left in place, a change order, as described in Section 1 -04.4, will be required. When the Bid Proposal contains the item "Sign Covering ", then covering those signs indicated in the Contract will be measured and paid according to Section 8 -21. "Sequential Arrow Sign ", per hour. The unit Contract price, when applied to the number of Units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)B. City of Federal Way S 304th St at 28th Ave S Page 13 RFB # 15 -004 2015 "Portable Changeable Message Sign ", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for procuring all portable changeable message signs required for the project and for transporting these signs to and from the project. "Transportable Attenuator", per each. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work described in Section 1- 10.3(3)J except for costs compensated separately under the items "Operation of Transportable Attenuator" and "Repair Transportable Attenuator". "Operation of Transportable Attenuator", per hour. The unit Contract price, when applied to the number of units measured for this item in accordance with Section 1- 10.4(2), shall be full compensation for all costs incurred by the Contractor in performing the Work for operating transportable attenuators on the project. "Repair Transportable Attenuator", by force account. All costs of repairing or replacing transportable attenuators that are damaged by the motoring public while in use as shown on an approved Traffic Control Plan will be paid for by force account as specified in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has estimated the amount of force account for "Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total Bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation or damaged in any manner when not in use shall be repaired or replaced by the Contractor at no expense to the Contracting Agency. "Other Temporary Traffic Control ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work defined in Section 1 -10, and which costs are not compensated by one of the above - listed items. "Portable Temporary Traffic Control Signal ", lump sum. The lump sum Contract payment shall be full compensation for all costs incurred by the Contractor in performing the Work as described in Section 1- 10.3(3)K, including all costs for traffic control during manual control, adjustment, malfunction, or failure of the portable traffic control signals and during replacement of failed or malfunctioning signals. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 14 2015 �i �' I 1 l�� C 1 11 1 n C ft u 1 r. i I LI r C 0 u 1 r� 2- 01.AP2 Section 2 -01, Clearing, Grubbing, and Roadside Cleanup August 4, 2014 2- 01.3(1) Clearing In the second paragraph, item number 3 (up until the colon) is revised to read: 3. Follow these requirements for all stumps that will be buried deeper than 5 feet from the top, side, or end surface of the embankment or any structure and are in a location that will not be terraced as described in Section 2- 03.3(14): 2- 02.AP2 Section 2 -02, Removal of Structures and Obstructions January 5, 2015 2- 02.3(2) Removal of Bridges, Box Culverts, and Other Drainage Structures This section is supplemented with the following new subsections: _ 2- 02.3(2)A Bridge Removal 2- 02.3(2)A1 Bridge Demolition Plan Submittal The Contractor shall submit a Type 2E Working Drawing consisting of a bridge demolition plan, showing the method of removing the existing bridge(s), or portions of bridges, as specified. The bridge demolition plan shall show all equipment, sequence of operations, and details required to complete the work, including containment, collection, and disposal of all debris. The plan shall include a crane foundation stability analysis and crane load calculations for the work. The plan shall detail the containment, collection, and disposal of all debris. The plan shall show all stages of demolition. When the bridge removal work includes removal of a truss, and when the Contractor's removal method involves use of a crane or cranes to pick, lift, and remove the truss, the Contractor shall confirm the truss dead load weight prior to beginning the truss removal operation. The operation of confirming the truss dead load shall be performed at both ends of the truss, and shall ensure that the truss is broken free of its support bearings. The Contractor's method of confirming the truss dead load, whether by hydraulic jacks or other means, shall be included in the Contractor's bridge demolition plan submittal When the bridge removal work involves removing portions of existing concrete without replacement, the methods and tools used to achieve the smooth surface and profile specified in Section 2- 02.3(2)A2 shall be included in the Contractor's bridge demolition plan submittal. 2- 02.3(2)A2 Removing Portions of Existing Concrete Care shall be taken in removing concrete to prevent overbreakage or damage to portions of the existing Structure which are to remain. Before concrete removal begins, a saw cut shall be made into the surface of the concrete at the perimeter of the removal limits. The saw cut shall be 3/4 -inch deep when the steel City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 15 2015 reinforcement is to remain, and may be deeper when the steel reinforcement is removed with the concrete. Concrete shall be completely removed (exposing the deformed surface of the bar) ' from existing steel reinforcing bars which extend from the existing members and are specified to remain. Steel reinforcing bars that are not designated to remain shall be cut a minimum of 1 -inch behind the final surface. The void left by removal of the steel reinforcing bar shall be filled with mortar conforming to Section 9- 20.4(2). The mortar shall match the color of the existing concrete surface as nearly as practicable. 1 The Contractor shall roughen, clean, and saturate existing concrete surfaces, against which fresh concrete will be placed, in accordance with Section 6- 02.3(12)B. When a portion of existing concrete is to be removed without replacement, concrete shall be removed to a clean line with a smooth surface of less than 1116 inch profile. ' 2- 02.3(2)A3 Use of Explosives for Bridge Demolition Explosives shall not be used for bridge demolition, except as specifically allowed by the Special Provisions. ' 2 -02.5 Payment This section is supplemented with the following new Bid items: "Removing Existing Bridge_", lump sum. "Removing Existing Structure_", lump sum. "Removing Portion of Existing Bridge_", lump sum. "Removing Portion of Existing Structure_ ", lump sum. 2- 03.AP2 Section 2-03, Roadway Excavation and Embankment August 4, 2014 2- 03.3(14) Embankment Construction The third paragraph is revised to read: Hillside Terraces — The Contractor shall terrace the original ground or embankment when the slope of the surface is 2H:1 V or steeper unless otherwise directed by the Engineer. The face of each terrace shall be a minimum of 1 foot and a maximum of 5 feet in height and shall be vertical or near vertical as required to remain stable during material placement and compaction. The bench of the terrace shall slope outward to drain and shall not be inclined steeper than 0.05 foot per foot. Terraces damaged during work shall be reestablished. The Engineer may order the Contractor to place gravel backfill, pipe drains or both to drain any seepage. 2- 03.3(14)L Embankment Widening for Guardrail The first sentence is revised to read: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 16 2015 IL �j 1 u n 1 Embankments widened for the installation of beam guardrail shall be terraced in accordance with the requirements for hillside terraces in Section 2- 03.3(14). The second sentence is deleted. 2- 09.AP2 Section 2 -09, Structure Excavation January 5, 2015 2 -09.4 Measurement The seventh paragraph is revised to read: • For pipelines the lower limit in measuring structure excavation will be the foundation level as shown in the Plans or as directed by the Engineer. 2- 12.AP2 Section 2 -12, Construction Geosynthetic January 5, 2015 2- 12.3(4) Permanent Erosion Control and Ditch Lining In the fourth paragraph, "Section 9- 13.2" is revised to read "Section 9- 13.1(4) ". 3- 04.AP3 Section 3 -04, Acceptance of Aggregate April 6, 2015 3 -04.5 Payment In Table 1, the "Maximum Sublot Size (Tons)" value for the item HMA Aggregate is revised to read "2000 ". In Table 2, the row containing the item "HMA Aggregate" is revised to read: 9- 03.8(2) HMA Aggregate 15 15 Uncompacted Void Content 15 5- 01.AP5 Section 5 -01, Cement Concrete Pavement Rehabilitation August 4, 2014 5-01.2 Materials The referenced section for the following item is revised to read: Dowel Bars 9 -07.5 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 17 2015 5 -01.3(4) Replace Portland Cement Concrete Panel In the third paragraph, the last sentence is deleted. The seventeenth paragraph (beginning with "The Contractor shall place a bond - breaking material... ") is deleted. 5 -02.AP5 Section 5 -02, Bituminous Surface Treatment August 4, 2014 5- 02.3(11) Temporary Raised Pavement Markings This section's title is revised to read: Temporary Pavement Markings The word "raised" is deleted from this section. 5 -04.AP5 Section 5 -04, Hot Mix Asphalt April 6, 2015 5 -04.2 Materials The third through eighth paragraphs are deleted and replaced with the following: The Contractor may choose to utilize recycled asphalt pavement (RAP) or reclaimed asphalt shingles (RAS) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The RAS may be from reclaimed shingles. If greater than 20 percent RAP by total weight of HMA or any amount of RAS is utilized in the production of HMA, the Contractor shall sample and test the RAP and RAS during stockpile construction in accordance with WSDOT FOP for AASHTO T 308 for determination of asphalt binder content and WSDOT FOP for WAQTC /AASHTO T 271T 11 for gradation of the aggregates. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The RAS shall be sampled and tested at a frequency of one sample for every 100 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency prior to or when submitting the mix design for approval on the QPL. If utilized, the amount of RAS shall not exceed 5- percent of the total weight of the HMA. The Contractor shall include the RAP and RAS as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. For HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS, the final blended asphalt binder (after inclusion of RAP, RAS, new asphalt binder and recycling agent) shall be the grade as required by the Contract and comply with the requirements of Section 9- 02.1(4). City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 18 2015 `.l 5- 04.3(7) Preparation of Aggregates This section is revised to read: The aggregates, RAP and RAS shall be stockpiled according to the requirements of Section 3 -02. Sufficient storage space shall be provided for each size of aggregate, RAP and RAS. The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of preventing the agglomeration of RAS particles. The aggregates, RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5- 04.3(7)A1 General This section is revised to read: City of Federal Way S 304th St at 28th Ave S Page 19 RFB # 15 -004 2015 The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA and no RAS. The Contractor ' shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. When the Contracting Agency provides aggregates or provides a source for the production of aggregates, the Contract Provisions will establish the approximate percentage of asphalt binder required in the mixture for each class of HMA. ' Production of aggregates shall comply with the requirements of Section 3 -01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3 -02. 5- 04.3(1) Hot Mix Asphalt Mixing Plant The first paragraph is supplemented with the following: 6. Equipment for Processing RAP and RAS. When producing HMA for mix designs ' with greater than 20 percent RAP by total weight of HMA or any amount of RAS the HMA plant shall be equipped with screens or a lump breaker to eliminate oversize RAP /RAS particles from entering the pug mill or drum mixer. 5- 04.3(3)A Material Transfer DeviceNehicle The first paragraph is supplemented with the following new sentence: At the Contractor's request the Engineer may approve paving without an MTDN; the Engineer will determine if an equitable adjustment in cost or time is due. ' In the last sentence of the second paragraph, "Project Engineer' is revised to read "Engineer". 5- 04.3(5)A Preparation of Existing Surfaces The first sentence of the last paragraph is revised to read: Unless otherwise approved by the Engineer, the tack coat shall be CSS -1 or CSS -1 h emulsified asphalt. `.l 5- 04.3(7) Preparation of Aggregates This section is revised to read: The aggregates, RAP and RAS shall be stockpiled according to the requirements of Section 3 -02. Sufficient storage space shall be provided for each size of aggregate, RAP and RAS. The Contractor may uniformly blend fine aggregate or RAP with the RAS as a method of preventing the agglomeration of RAS particles. The aggregates, RAP and RAS shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5- 04.3(7)A1 General This section is revised to read: City of Federal Way S 304th St at 28th Ave S Page 19 RFB # 15 -004 2015 An approved mix design, listed on the Qualified Products List (QPL), is required for all HMA paving. The Contractor shall develop a mix design prior to the initial production of HMA and no more than 3 months prior to submitting for QPL evaluation. The mix design shall be developed in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Mix designs shall be submitted by the Contractor to the WSDOT State Materials Laboratory on WSDOT Form 350- 042EF. If the mix design is approved it will be listed on the QPL for up to 24 consecutive months. Mix designs not listed on the QPL or past the 24 month approved period shall not be used. After a mix design has been on the QPL for 12 months the listing will be extended provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate and asphalt binder have not changed. The Contractor may submit the certification one month prior to expiration of the mix design approval. Within 7 calendar days of receipt of the Contractor's certification the QPL will be updated. The maximum duration for 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. 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 QPL approval must be approved prior to use. Changes to aggregate that may require a new mix design include the source of material or a change in the percentage of material from a stockpile greater than 5 percent. Changes to the percentage of material from a stockpile will be calculated exclusive of the RAP content. The Contractor may vary the RAP percentage in accordance with Section 5 -04.2. Changes to asphalt binder that may require a new mix design include the source of the , crude petroleum supplied to the refinery, the refining process, and additives or modifiers in the asphalt binder. The Contractor shall include the brand and type of anti - stripping additive in the mix design submittal and provide certification from the asphalt binder manufacture that the 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 new mix design for approval. Mix designs with 20 percent RAP or less by total weight of HMA and no RAS will be completed without the inclusion of the RAP. For.HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall develop a mix design including RAP, RAS, recycling agent and new asphalt binder. Asphalt binder contributed from RAS shall be determined in accordance with AASHTO PP 78. The total quantity of asphalt binder from the RAP and RAS shall not exceed 40 percent of the total asphalt binder content of the HMA. Once the RAP and RAS stockpiles have been constructed the Contractor shall extract, recover and test the asphalt residue from the RAP and RAS stockpiles to determine the percent of recycling agent and /or grade of new asphalt binder needed to meet the grade of asphalt binder required by the contract. The asphalt extraction testing shall be performed in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade trichloroethylene. The asphalt recovery shall be performed in accordance with AASHTO City of Federal Way RFB # 15-004 S 3041h St at 2P Ave S Page 20 2015 ' 0 [7 r_ 1 R 59 orASTM D 1856. The recovered asphalt residue shall be tested in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 02.1(4). Once the recovered asphalt binder grade is determined the percent of recycling agent and /or grade of new asphalt binder shall be determined in accordance with ASTM D 4887. The final blend of recycling agent, recovered and new asphalt shall be tested in accordance with AASHTO R 29 to confirm that it meets the grade of asphalt binder required by the contract in accordance with Section 9- 02.1(4). All recovered and blended asphalt binder test data shall be reported to the Contracting Agency prior to submitting the mix design for approval on the QPL. 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation This section is revised to read: The Contractor shall submit WSDOT Form 350 -041 EF to the Engineer for approval to- use a mix design from the QPL. The Contractor may include changes to the job mix formula that have been approved on other contracts. The request to use a mix design from the QPL may be rejected if production of the HMA from another contract is not in compliance with Section 5- 04.3(11)D. The Contractor shall submit representative samples of the materials that are to be used in the HMA production to the State Materials Laboratory in Tumwater. For HMA mix designs with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor shall submit representative samples of the mineral materials that are to be used in the HMA production; the submittal of RAP samples is not required for these mix designs. For HMA mix designs with greater than 20 percent RAP by total weight of HMA or any amount of RAS the Contractor shall submit representative samples of the mineral materials, RAP, RAS and 100 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. The Contracting Agency will use these samples to evaluate the mix design for approval on the QPL in accordance with WSDOT Standard Practice QC -8. 5- 04.3(7)A3 Commercial Evaluation This section is revised to read: Approval of a Commercial Evaluation mix design for listing on the QPL will be based on a review of the Contractor's submittal of WSDOT Form 350 -042 for conformance to the requirements of Section 9- 03.8(2). Testing of the HMA by the Contracting Agency for mix design approval is not required. Mix designs for HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS may be evaluated in accordance with Section 5- 04.3(7)A2. For the Bid item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) appropriate for the required use. 5- 04.3(8) Mixing The first sentence of the second paragraph is revised to read: When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25 °F as shown on the reference mix design report or as approved by the Engineer. The last paragraph is supplemented with the following new sentence: City of Federal Way S 304th St at 28th Ave S Page 21 RFB # 15 -004 2015 After the required amount of mineral materials, RAP, RAS, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. 5- 04.3(8)A4 Definition of Sampling and Sublot The second sentence of the second paragraph is revised to read: The sublots shall be approximately uniform in size with a maximum sublot size based on original Plan quantity tons as specified in the following table. This section is supplemented with the following new table: HMA Original Plan QuanfiV (tons) Sublot Size (tons) <20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 5- 04.3(8)A7 Test Section — HMA Mixtures This section is revised to read: For each class of HMA accepted by statistical evaluation with 20 percent RAP or less by total weight of HMA and no RAS, the Contractor may request a single test section to 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 20 percent RAP by weight of HMA or any amount of RAS, the Contractor shall construct a test section to determine whether the mixture meets the requirements of Sections 9- 03.8(2) and 9- 03.8(6). Test sections shall be constructed at the beginning of paving and will be at least 600 tons and a maximum of 1,000 tons or as approved by the Engineer. For a test section to be acceptable the pay factor (PF) for gradation, asphalt binder and Va shall be 0.95 or greater for each constituent and the remaining test requirements in Section 9- 03.8(2) (dustlasphalt ratio, sand equivalent, uncompacted void and fracture) shall conform to the requirements of that section. No further wearing or leveling HMA will be paved on any of the four calendar days following construction of the test section. The mixture in the test section will be evaluated as a lot with a minimum of three sublots required. If more than one test section is required, each test section shall be a separate lot. 5- 04.3(10)A General In the first paragraph, "checking" and "cracking" are deleted. In the third paragraph, the following new sentence is inserted after the second sentence: Coverage with a steel wheel roller may precede pneumatic tired rolling. In the third paragraph, the following new sentence is inserted before the last sentence: Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. City of Federal Way RFS # 15-004 S 304th St at 28th Ave S Page 22 2015 1 n 1 1 1� u it 1 5- 04.3(10)B1 General In this section, "Project Engineer" is revised to read "Engineer" The first paragraph is revised to read: 1 C u J Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4- inches unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. if the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. In the sixth paragraph (after the preceding Amendments are applied), the second sentence is revised to read: Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The following new table is inserted before the second to last paragraph: HMA Original Plan Quantity (tons) HMA mixture accepted by statistical or nonstatistical evaluation that is used in traffic <20,000 lanes, including lanes for ramps, truck climbing, weaving, and speed change, and 20,000 to 30,000 having a specified compacted course thickness greater than 0.10 -foot, shall be >30,000 compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1 -06.2, using a minimum of 91 percent of the maximum density. The percent of maximum density shall be determined by WSDOT FOP for AASHTO T 729 when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. The specified level of density attained will be determined by the statistical evaluation of the density of the pavement. The following four new paragraphs are inserted after the first paragraph: 1 C u J Tests for the determination of the pavement density will be taken in accordance the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4- inches unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. if the Contract does not include the Bid item "Roadway Core" the Contracting Agency will obtain the cores. In the sixth paragraph (after the preceding Amendments are applied), the second sentence is revised to read: Sublots will be uniform in size with a maximum sublot size based on original Plan quantity tons of HMA as specified in the table below. The following new table is inserted before the second to last paragraph: HMA Original Plan Quantity (tons) Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 5- 04.3(10)134 Test Results The first paragraph is revised to read: City of Federal Way S 3001 St at 28th Ave S Page 23 RFB # 15 -004 2015 The results of all compaction acceptance testing and the CPF of the lot after three sublots have been tested will be available to the Contractor through WSDOT's website. Determination of the relative density of the HMA with a nuclear density gauge requires a correlation factor and may require resolution after the correlation factor is known. Acceptance of HMA compaction will be based on the statistical evaluation and CPF so determined. In the second paragraph, the first sentence is revised to read: For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. In the second sentence of the second paragraph, "moisture- density" is revised to read "density". In the second paragraph, the fourth sentence is deleted. 5 -04.3(20) Anti - Stripping Additive This section is revised to read: Anti - stripping additive shall be added to the liquid asphalt by the asphalt supplier prior to shipment to the asphalt mixing plant. Anti - stripping additive shall be added in the amount designated on the QPL for the mix design. 5 -04.4 Measurement The following new paragraph is inserted after the first paragraph: Roadway cores will be measured per each for the number of cores taken. The second to last paragraph is deleted. 5 -04.5 Payment The bid item "Removing Temporary Pavement Marking ", per linear foot and paragraph following bid item are deleted. The following new bid item is inserted before the second to last paragraph: "Roadway Core ", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. 5- 05.AP5 Section 5 -05, Cement Concrete Pavement April 6, 2015 5- 05.3(1) Concrete Mix Design for Paving In item number 1, the first sentence of the third paragraph is revised to read: City of Federal Way RFB # 15 -004 S 3041h St at 28th Ave S Page 24 2015 n fl I] fl u Ground granulated blast furnace slag, if used, shall not exceed 30 percent by weight of the total cementitious material and shall conform to Section 9- 23.10. The second and third rows of the table in item number 3 are revised to read: Coarse Aggregate + 30 Pounds - 30 Pounds Fine Aggreg I + 30 Pounds - 30 Pounds 5 -05.4 Measurement The fourth paragraph is supplemented with the following new sentence: Tie bars with drill holes in cement concrete pavement placed under the Contract will not be measured. 5-05.5 Payment The paragraph following the Bid item "Tie Bar with Drill Hole ", per each is supplemented with the following new sentence: All costs for tie bars with drill holes in cement concrete pavement placed under the Contract shall be included in the unit Contract price per cubic yard for "Cement Conc. Pavement ". 6- 01.AP6 Section 6-01, General Requirements for Structures January 5, 2015 6 -01.6 Load Restrictions on Bridges Under Construction The first sentence of the second paragraph is revised to read: If necessary and safe to do so, and if the Contractor requests it through a Type 2E Working Drawing, the Engineer may allow traffic on a bridge prior to completion. In the second paragraph, item number 3 (up until the colon) is revised to read: 3. Provide stress calculations under the design criteria specified in the AASHTO LRFD Bridge Design Specifications, current edition, including at a minimum the following: 6-01.9 Working Drawings This section is revised to read: All Working Drawings required for bridges and other Structures shall conform to Section 1 -05.3. 6 -01.10 Utilities Supported by or Attached to Bridges In the second paragraph, "bridge structures" is revised to read "bridges ". 6- 01.14 Premolded Joint Filler In the second paragraph, the first sentence is revised to read: The Contractor may substitute for the nails any adhesive acceptable to the Engineer. City of Federal Way RFB # 15 -004 S 304th St at 281h Ave S Page 25 2015 In the fourth paragraph, the fourth sentence is deleted. In the sixth paragraph, the first sentence is deleted. ' In the seventh paragraph, the last sentence is deleted. �7 City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 26 2015 6- 02.AP6 ' Section 6 -02, Concrete Structures April 6, 2016 6- 02.3(1) Classification of Structural Concrete , In paragraph two, item number 1 is revised to read: Mix design and proportioning specified in Sections 6- 02.3(2), 6- 02.3(2)A and 6- 02.3(2)A1. Item number 3 is renumbered to 4. After the preceding Amendments are applied, the following new numbered item is inserted after item number 2: 3. Temperature and time for placement requirements specified in Section 6- 02.3(4)D. 6- 02.3(2) Proportioning Materials In the third paragraph, the first sentence is revised to read: The use of fly ash is required for Class 4000P concrete, except that ground granulated blast furnace slag may be substituted for fly ash at a 1:1 ratio. In the table titled "Cementitious Requirement for Concrete ", the row beginning with 04000D" is deleted. The fourth paragraph is revised to read: , When both ground granulated blast furnace slag and fly ash are included in the concrete mix, the total weight of both these materials is limited to 40 percent by weight of the total Cementitious material for concrete class 4000A, and 50 percent by weight of the total cementitious material for all other classes of concrete. 6- 02.3(2)A Contractor Mix Design The first paragraph is revised to read: , The Contractor shall provide a mix design in writing to the Engineer for all classes of 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 average 28-day compressive strength shall be selected in accordance with ACI 301, Chapter 4, Section 4.2.3.3. ACI 211.1 shall be used to determine proportions. All proposed concrete mixes except Class 4000D shall meet the requirements in Cementitious Requirement for Concrete in Section 6- 02.3(2). In the fourth paragraph, the fourth sentence is deleted. In the sixth paragraph, the first sentence is deleted. ' In the seventh paragraph, the last sentence is deleted. �7 City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 26 2015 The eighth paragraph is revised to read: Air content for concrete Class 4000D shall conform to Section 6- 02.3(2)A1. For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 7.5 percent for all concrete placed above the finished ground line. tThe following new sub - section is added: 6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D All Class 4000D concrete shall be a project specific performance mix design conforming to the following requirements: 1. Aggregate shall use combined gradation in accordance with Section 9- 03.1(5) with a nominal maximum aggregate size of 1 -1/2 inches. ' 2. Permeability shall be less than 2,000 coulombs at 56 days in accordance with AASHTO T 277. 3. Freeze -thaw durability shall be provided by one of the following methods: a. The concrete shall maintain an air content between 4.5 and 7.5 percent. b. The concrete shall maintain a minimum air content that achieves a durability factor of 90 percent, minimum, after 300 cycles in accordance ' with AASHTO T 161, Procedure A. This air content shall not be less than 3.0 percent. Test samples shall be obtained from concrete batches of a minimum of 3.0 cubic yards. 4. Scaling s hall ha v e a v i sual rating less th an orequal to 2 after 50 cycles in accordance with ASTM C 672. 5. Shrinkage at 28 days shall be less than 320 micro strain in accordance with AASHTO T 160. 6. Modulus of elasticity shall be measured in accordance with ASTM C 469. 7. Density shall be measured in accordance with ASTM C 138. The Contractor shall submit the mix design in accordance with Section 6- 02.3(2)A. The submittal shall include test reports for all tests listed above that follow the reporting requirements of the AASHTO /ASTM procedures. Samples for testing may be obtained from either laboratory or concrete plant batches. If concrete plant batches are used, the minimum batch size shall be 3.0 cubic yards. The Contractor shall submit the mix design to the Engineer at least 30 calendar days prior to the placement of concrete in the bridge deck. 6- 02.3(4)D Temperature and Time For Placement The first two sentences are revised to read: Concrete temperatures shall remain between 55 °F and 90 °F while it is being placed, except that Class 4000D concrete temperatures shall remain between 55 °F and 75 °F during placement. Precast concrete that is heat cured in accordance with Section 6- 02.3(25)D shall remain between 50 °F and 90 °F while being placed. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 27 2015 6- 02.3(5)A General The first paragraph is revised to read: Concrete for the following applications will be accepted based on a Certificate of Compliance to be provided by the supplier as described in Section 6- 02.3(5)6: 1. Lean concrete. , 2. Commercial concrete. 3. Class 4000P concrete for Roadside Steel Sign Support Foundations. 4. Class 4000P concrete for Type 11, III,'and CCTV Signal Standard Foundations that are 12' -0" or less in depth. 5. Class 4000P concrete for Type IV and V Strain Pole Foundations that are 12' -0" I or less in depth. 6. Class 4000P concrete for Steel Light Standard Foundations Types A & B. , The following new sentence is inserted at the beginning of the second paragraph: Slip -form barrier concrete will be accepted based on conformance to the requirements for temperature, air content and compressive strength at 28 days for sublots as tested and determined by the Contracting Agency. 6-02.3(5)B Certification of Compliance ' P In the list within the first paragraph, "Fly ash (if used) brand and Type" is revised to read "Fly ash (if used) brand and Class ". I The first sentence of the second to last paragraph is deleted. 6- 02.3(5)G Sampling and Testing Frequency for Temperature, Consistency, and Air Content In the fifth sentence of the second paragraph, "five truck loads" is revised to read "ten truck loads ". The second paragraph is supplemented with the following: ' If the remaining quantity to be placed is less than ten truck loads; then a sample shall be randomly taken from one of the remaining truck loads. In the last sentence of the third paragraph, "five truck loads" is revised to read "ten truck loads ". 6-02.3(5)H Sampling and Testing for Compressive Strength and Initial Curing ' The second paragraph is revised to read: The Contractor shall provide and maintain a sufficient number of cure boxes in , accordance with WSDOT FOP for AASHTO T 23 for curing concrete cylinders. The cure boxes shall be readily accessible and no more than 500 feet from the point of acceptance testing, unless otherwise approved by the Engineer. The Contractor shall City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 28 2015 conferences shall be held before each deck placement. 6- 02.3(10)D Concrete Placement, Finishing, and Texturing This section's content is deleted and replaced with the following new sub - sections: 6- 02.3(10)D1 Test Slab Using Bridge Deck Concrete After the Contractor receives the Engineer's approval for the Class 4000D concrete mix design, and a minimum of seven calendar days prior to the first placement of bridge deck concrete, the Contractor shall construct a test slab using concrete of the approved mix design. The test slab may be constructed on grade, shall have a minimum thickness of eight - inches, shall have minimum plan dimensions of 10 -feet along all four edges, and shall be square or rectangular. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 29 2015 also provide, maintain and operate all necessary power sources and connections needed to operate the cure boxes. The cure boxes shall be in -place and functioning at ' the specified temperature for curing cylinders prior to concrete placement. Concrete cylinders shall be cured in the cure boxes in accordance with WSDOT FOP for AASHTO T 23. The cure boxes shall have working locks and the Contractor shall provide the Engineer with one key to each of the locks. Once concrete cylinders are placed in the cure box, the cure box shall not be disturbed until the cylinders have been removed. The Contractor shall retain the cure box Temperature Measuring Device log and provide it to the Engineer upon request. The following new paragraph is inserted after the last paragraph: All cure box costs shall be incidental to the associated item of work. 6- 02.3(6)A2 Cold Weather Protection The first sentence in the first is revised to read: paragraph This Specification applies when the weather forecast on the day of concrete. placement °F predicts air temperatures below 35 at any time during the 7 days following placement. The first sentence of the second paragraph is revised to read: °F The temperature of the concrete shall be maintained above 50 during the entire curing period or 7 days, whichever is greater. Preconstruction 6- 02.3(10)A Meeting This section including title is revised to read: ' 6- 02.3(10)A Pre -Deck Pour Meeting A pre -deck pour meeting shall be held 5 to 10 working days before placing deck concrete to discuss construction procedures, personnel, equipment to be used, ' concrete sampling and testing and deck finishing and curing operations. Those attending shall include, at a minimum, the superintendent, foremen in charge of placing ' and finishing concrete, and representatives from the concrete supplier and the concrete pump truck supplier. If the project includes more than one bridge deck, and if the Contractor's key personnel change between concreting operations, or at request of the Engineer, additional conferences shall be held before each deck placement. 6- 02.3(10)D Concrete Placement, Finishing, and Texturing This section's content is deleted and replaced with the following new sub - sections: 6- 02.3(10)D1 Test Slab Using Bridge Deck Concrete After the Contractor receives the Engineer's approval for the Class 4000D concrete mix design, and a minimum of seven calendar days prior to the first placement of bridge deck concrete, the Contractor shall construct a test slab using concrete of the approved mix design. The test slab may be constructed on grade, shall have a minimum thickness of eight - inches, shall have minimum plan dimensions of 10 -feet along all four edges, and shall be square or rectangular. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 29 2015 During construction of the test slab, the Contractor shall demonstrate concrete sampling and testing, use of the concrete temperature monitoring system, the concrete fogging system, concrete placement system, and the concrete finishing operation. The Contractor shall conduct the demonstration using the same type of equipment to be used for the production bridge decks, except that the Contractor may elect to finish the , test slab with a hand - operated strike- board. After the construction of the test slab and the demonstration of bridge deck construction operations is complete, the Contractor shall remove and dispose of the test slab in accordance with Sections 2 -02.3 and 2- 03.3(7)C. 6- 02.3(10)D2 Preparation for Concrete Placement Before placing bridge approach slab concrete, the subgrade shall be constructed in accordance with Sections 2 -06 and 5- 05.3(6). 6- 02.3(10)D3 Concrete Placement The placement operation shall cover the full width of the bridge deck or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not 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 deck placement sections on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6- 02.3(6). In placing the concrete, the Contractor shall: Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 30 2015 Before any concrete is placed, the finishing machine shall be operated over the entire length of the deck/slab to check screed deflection. Concrete placement may begin only if the Engineer approves after this test. Immediately before placing concrete, the Contractor shall check (and adjust if necessary) all falsework and wedges to minimize settlement and deflection from the added mass of the concrete deck/slab. The Contractor shall also install devices, such , as telltales, by which the Engineer can readily measure settlement and deflection. 6- 02.3(10)D3 Concrete Placement The placement operation shall cover the full width of the bridge deck or the full width between construction joints. The Contractor shall locate any construction joint over a beam or web that can support the deck/slab on either side of the joint. The joint shall not 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 deck placement sections on either side of a joint until each side has aged as these Specifications require. Placement of concrete for bridge decks and bridge approach slabs shall comply with Section 6- 02.3(6). In placing the concrete, the Contractor shall: Place it (without segregation) against concrete placed earlier, as near as possible to its final position, approximately to grade, and in shallow, closely spaced piles; 2. Consolidate it around reinforcing steel by using vibrators before strike -off by the finishing machine; 3. Not use vibrators to move concrete; 4. Not revibrate any concrete surface areas where workers have stopped prior to screeding; 5. Remove any concrete splashed onto reinforcing steel in adjacent segments before concreting them; City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 30 2015 fl 1 6. Maintain a slight excess of concrete in front of the screed across the entire width of the placement operation; 7. Operate the finishing machine to create a surface that is true and ready for final finish without overfinishing or bringing excessive amounts of mortar to the surface; and 8. Leave a thin, even film of mortar on the concrete surface after the last pass of the finishing machine pan. Workers shall complete all post screeding operations without walking on the concrete. This may require work bridges spanning the full width of the deck/slab. After removing the screed supports, the Contractor shall fill the voids with concrete (not mortar). If the surface left by the finishing machine is porous, rough, or has minor irregularities, the Contractor shall float the surface of the concrete. Floating shall leave a smooth and even surface. Float finishing shall be kept to the minimum number of passes necessary to seal the surface. The floats shall be least 4 -feet long. Each transverse pass of the float shall overlap the previous pass by at least half the length of the float. The first floating shall be at right angles to the strike -off. The second floating shall be at right angles to the centerline of the span. A smooth riding surface shall be maintained across construction joints. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until a surface conforming to the requirements specified above is produced. 6- 02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement The Contractor shall monitor and record the concrete temperature and ambient temperature hourly for seven calendar days after placement. The Contractor shall monitor and record concrete temperature by placing two maturity meter temperature monitoring devices in the bridge deck at locations specified by the Engineer. The Contractor shall monitor ambient temperature using maturity meters near the locations where concrete temperature is being monitored. When the bridge deck is being enclosed and heated to meet cold weather requirements, ambient temperature readings shall be taken within the enclosure. The Contractor shall submit the concrete City of Federal Way S 304th St at 28th Ave S Page 31 RFB # 15 -004 2015 The edge of completed roadway slabs at expansion joints and compression seals shall have a 3/8 -inch radius. After floating, but while the concrete remains plastic, the Contractor shall test the entire deck/slab for flatness (allowing for crown, camber, and vertical curvature). The testing shall be done with a 10 -foot straightedge held on the surface. The straightedge shall be advanced in successive positions parallel to the centerline, moving not more than one half the length of the straightedge each time it advances. This procedure shall be repeated with the straightedge held perpendicular to the centerline. An acceptable surface shall be one free from deviations of more than 1/8 -inch under the 10 -foot straightedge. If the test reveals depressions, the Contractor shall fill them with freshly mixed concrete, strike off, consolidate, and refinish them. High areas shall be cut down and refinished. Retesting and refinishing shall continue until a surface conforming to the requirements specified above is produced. 6- 02.3(10)D4 Monitoring Bridge Deck Concrete Temperature After Placement The Contractor shall monitor and record the concrete temperature and ambient temperature hourly for seven calendar days after placement. The Contractor shall monitor and record concrete temperature by placing two maturity meter temperature monitoring devices in the bridge deck at locations specified by the Engineer. The Contractor shall monitor ambient temperature using maturity meters near the locations where concrete temperature is being monitored. When the bridge deck is being enclosed and heated to meet cold weather requirements, ambient temperature readings shall be taken within the enclosure. The Contractor shall submit the concrete City of Federal Way S 304th St at 28th Ave S Page 31 RFB # 15 -004 2015 temperature and ambient temperature data to the Engineer in spreadsheet format within 14 calendar days from placing the bridge deck concrete. The Contractor shall submit the type and model of maturity meter temperature monitoring device, and the associated devices responsible for recording and documenting the temperature and curing time, to the Engineer at least 14 calendar days prior to the pre - concreting conference for the first bridge deck to be cast. The placement and operation of the temperature monitoring devices and associated devices will be an agenda item at the pre - concreting conference for the first bridge deck to be cast. 6- 02.3(10)D6 Bridge Deck Concrete Finishing and Texturing 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 deck as follows: The Contractor shall texture the bridge deck using diamond tipped saw blades mounted on a power driven, self - propelled machine that is designed to texture concrete surfaces. The grooving equipment shall provide grooves that are 1/8" t 1/64" wide, 3/16" ± 1/16" deep, and spaced at 3/4" ± 1/8 ". The bridge deck shall not be textured with a metal tined comb. The Contractor shall submit the type of grooving equipment to be used to the Engineer for approval 30 calendar days prior to performing the work. The Contractor shall demonstrate that the method and equipment for texturing the bridge deck will not chip, spell or otherwise damage the deck. The Contractor shall not begin texturing the bridge deck until receiving the Engineer's approval of the Contractor's method and equipment. Unless otherwise approved by the Engineer, the Contractor shall texture. the concrete bridge deck surface either in a longitudinal direction, parallel with centerline or in a transverse direction, perpendicular with centerline. The Contractor shall texture the bridge deck surface to within 3- inches minimum and 15- inches maximum of the edge of concrete at expansion joints, within 1 -foot minimum and 2 -feet maximum of the curb line, and within 3- inches minimum and 9- inches maximum of the perimeter of bridge drain assemblies. The Contractor shall contain and collect all concrete dust and debris generated by the bridge deck texturing process, and shall dispose of the collected concrete dust and debris in accordance with Section 2- 03.3(7)C. If the Plans call for placement of a sidewalk or an HMA or concrete overlay on the bridge deck, the Contractor shall produce the final finish of these areas by dragging a strip of damp, seamless burlap lengthwise over the bridge deck or by brooming it lightly. 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 burlap drag fails to produce the required finish, the Contractor shall replace it. When not in use, it shall be lifted clear of the bridge deck. After the bridge deck has cured, the surface shall conform to the surface smoothness requirements specified in Section 6- 02.3(10)D3. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 32 2015 n J 0 The surface texture on any area repaired to address out -of- tolerance surface smoothness shall match closely that of the surrounding bridge deck area at the completion of the repair. Methods used to remove high spots shall cut through the mortar and aggregate without breaking or dislodging the aggregate or causing spalls. 6- 02.3(10)D6 Bridge Approach Slab Finishing and Texturing Bridge approach slabs shall be textured either in accordance with Section 6- 02.3(1Q)D5, or using metal tined combs in the transverse direction, except bridge approach slabs receiving an overlay in the same Contract shall be finished as specified in Section 6- 02.3(10)D5 only. ■ The comb shall be made of a single row of metal tines. It shall leave striations in the fresh concrete approximately 3/16 -inch deep by 1/8 -inch wide and spaced approximately 1/2 -inch apart. The Engineer will decide actual depths at the site. If the comb has not been approved, the Contractor shall obtain the Engineer's approval by demonstrating it on a test section. The Contractor may operate the combs manually or mechanically, either singly or with several placed end to end. The timing and method used shall produce the required texture without displacing larger particles of aggregate. Texturing shall end 2 -feet from curb lines. This 2 -foot untextured strip shall be hand finished with a steel trowel. ■ Surface smoothness, high spots, and low spots shall be addressed as specified in Section 6- 02.3(10)D5. The surface texture on any area cut down or built up shall match closely that of the surrounding bridge approach slab area The entire bridge approach slab shall provide a smooth riding surface. 6- 02.3(10)F Bridge Approach Slab Orientation and Anchors In the first paragraph, the following sentence is inserted after the first sentence: Unless otherwise shown in the Plans, the pavement end of the bridge approach slab shall be constructed normal to the Roadway centerline. The following new paragraph is inserted before the last paragraph: The compression seal shall be a 2 -1/2 inch wide gland selected from the current Qualified Products List. 6- 02.3(11) Curing Concrete Items number 1 through 4 are deleted and replaced with the following 5 new numbered f items: 1. Bridge sidewalks, roofs of cut and cover tunnels — curing compound covered by white, reflective type sheeting or continuous wet curing. Curing by either method shall be for at least 10 days. 2. Bridge decks — See Section 6- 02.3(11)B. 3. Bridge approach slabs Class 4000A concrete - 2 coats of curing compound and 9 Pp ( ) 9 1� continuous wet cure for at least 10 -days. 4. Concrete barriers and rail bases – See Section 6- 02.3(11)A. City of Federal Way RFB # 15 -004 ■ S 304th St at 28th Ave S Page 33 2015 5. All other concrete surfaces — continuous wet cure for at least three days. In the second paragraph, the first sentence is replaced with the following three new sentences: 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 by leaving the forms in place. If forms are removed during the continuous wet cure period, the Contractor shall treat the concrete as an exposed concrete surface. The third paragraph is revised to read: When curing Class 4000A, two coats of curing compound, that complies with Section 9- 23.2 shall be applied immediately (not to exceed 15 min.) after tining any portion of the bridge approach slab. The continuous wet cure shall be established as soon as the concrete has set enough to allow covering without damaging the finish. In the fifth paragraph, the first sentence is revised to read: If the Plans call for an asphalt overlay on the bridge approach slab, the Contractor shall use the clear curing compound (Type 1, Class B), applying at least 1 gallon per 150 square feet to the concrete surface. The eighth paragraph is deleted. Slip-Form 6-02.3(l 1) P -Form Barrier In the fourth paragraph, item number 1, "Type 1 D" is revised to read "Type 1 ". 6- 02.3(11)B Curing Bridge Decks This new section is supplemented with the following new sub - sections: 6- 02.3(11)B1 Equipment , The Contractor shall maintain a wet sheen, without developing pooling or sheeting water, using a fogging apparatus consisting of pressure washers with a minimum nozzle output of 1,500 psi, or other means approved by the Engineer. The Contractor shall submit a bridge deck curing plan to the Engineer a minimum 14 calendar days prior to the pre - concreting conference. The Contractor's plan shall describe the sequence and timing that will be used to fog the bridge deck, apply pre- soaked burlap, install soaker hoses and cover the deck with white reflective sheeting. 6- 02.3(11)B2 Curing The fogging apparatus shall be in place and charged for fogging prior to beginning concrete placement for the bridge deck. The Contractor shall presoak all burlap to be used to cover the deck during curing. Immediately after the finishing machine passes over finished concrete, the Contractor shall implement the following tasks: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 34 2015 fl 1 2. Grooves shall be 1 to 2 inches wide, a minimum of Y2 -inch deep, and spaced a maximum of three times the width of the groove. Grooves shall terminate approximately 1 Y2- inches from the face of concrete. If the Engineer approves, the Contractor may use an alternate method to produce a roughened surface on the joint, provided that such an alternate method leaves a roughened surface of at least a % -inch amplitude. If the first strike -off does not produce the required roughness, the Contractor shall repeat the process before the concrete reaches initial set. The final surface shall be clean and without laitance or loose material. 6- 02.3(12)B Construction Joints Between Existing and New Construction The phrase "by method(s) as approved by the Engineer" is deleted from each paragraph in this section. 6- 02.3(13) Expansion Joints The first sentence of the second paragraph is revised to read: City of Federal Way S 304th St at 28th Ave S Page 35 RFB # 15 -004 2015 1. The Contractor shall fog the bridge deck while maintaining a wet sheen without developing pooling or sheeting water. 2. The Contractor shall apply the presoaked burlap to the top surface to fully cover the deck without damaging the finish, other than minor marring of the concrete surface. The Contractor shall not apply curing compound. 3. The Contractor shall continue to keep the burlap wet by fog spraying until the burlap is covered by soaker hoses and white reflective sheeting. The Contractor shall place the soaker hoses and whiter reflective sheeting after the concrete has achieved initial set. The Contractor shall charge the soaker hoses frequently so as to keep the burlap covering the entire deck wet during the course of curing. As an alternative to tasks 2 and 3 above, the Contractor may propose a curing system using proprietary curing blankets specifically manufactured for bridge deck curing. Details of the proprietary curing blanket system, including product literature and details of how the system is to be installed and maintained, shall be submitted to the Engineer for approval The wet curing regime as described shall remain in place for at least 14 consecutive calendar days. 6- 02.3(12)A Construction Joints in New Construction The third paragraph is deleted and replaced with the following three new paragraphs: If the Plans require a roughened surface on the joint, the Contractor shall strike it off to leave grooves at right angles to the length of the member. Grooves shall be installed using one of the following options: 1. Grooves shall be % to 1 inch wide, % to Y2 inch deep, and'spaced equally at twice the width of the groove. Grooves shall terminate approximately 1 %2- inches from the face of concrete. fl 1 2. Grooves shall be 1 to 2 inches wide, a minimum of Y2 -inch deep, and spaced a maximum of three times the width of the groove. Grooves shall terminate approximately 1 Y2- inches from the face of concrete. If the Engineer approves, the Contractor may use an alternate method to produce a roughened surface on the joint, provided that such an alternate method leaves a roughened surface of at least a % -inch amplitude. If the first strike -off does not produce the required roughness, the Contractor shall repeat the process before the concrete reaches initial set. The final surface shall be clean and without laitance or loose material. 6- 02.3(12)B Construction Joints Between Existing and New Construction The phrase "by method(s) as approved by the Engineer" is deleted from each paragraph in this section. 6- 02.3(13) Expansion Joints The first sentence of the second paragraph is revised to read: City of Federal Way S 304th St at 28th Ave S Page 35 RFB # 15 -004 2015 Joints made of a vulcanized, elastomeric compound (with neoprene as the only polymer) shall be installed with a lubricant adhesive as recommended by the manufacturer. In the third paragraph, "injuring" is revised to read "damaging ". The following two new subsections are added: 6- 02.3(13)A Strip Seal Expansion Joint System The Contractor shall submit Working Drawings consisting of the strip seal expansion joint shop drawings in accordance with Section 6- 03.3(7). These plans shall include, at a minimum, the following: 1. Plan, elevation, and sections of the joint system and all components, with dimensions and tolerances. 2. All material designations. 3. Manufacturer's written installation procedure. 4. Corrosion protection system used on the metal components. 5. Locations of welded shear studs, lifting mechanisms, temperature setting devices, and construction adjustment devices. 6. Method of sealing the system to prevent leakage of water through the joint. The strip seal shall be removable and replaceable. The metal components shall conform to ASTM A 36, ASTM A 992, or AST" A 572, and shall be protected against corrosion by one of the following methods: 1. Zinc metallized in accordance with Section 6- 07.3(14). 2. Hot -dip galvanized in accordance with AASHTO M 111. 3. Paint in accordance with Section 6- 07.3(9). The color of the top coat shall be Federal Standard 595 Color No. 26420. The surfaces embedded in concrete shall be painted only with a shop primer coat of paint conforming to Section 9- 08.1(2)C. The strip seal gland shall be continuous for the full length of the joint with no splices permitted, unless otherwise shown in the Plans. Other than items shown in the Plans, threaded studs used for construction adjustments are the only items that may be welded to the steel shapes provided they are removed by grinding after use, and the area repaired by application of an approved corrosion protection system. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 36 2015 1 1 0 1 1 If the opening between the steel shapes is anticipated to be less than 1 -1/2 inches at the time of seal installation, the seal may be installed prior to encasement of the steel shapes in concrete. After the joint system is installed, the joint shall be flooded with water and inspected, from below the joint, for leakage. If leakage is observed, the joint system shall be repaired by the Contractor, as recommended by the manufacturer. 6- 02.3(13)B Compression Seal Expansion Joint System Compression seal glands shall be selected from the current Qualified Products List and sized as shown in the Plans. The compression seal expansion joint system shall be installed in accordance with the manufacturer's written recommendations. The Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's written installation procedure and repair procedures if leakage testing fails. After the joint system is installed, the joint area shall be flooded with water and inspected, from below the joint, for leakage. If leakage is observed, the joint system shall be repaired by the Contractor, as recommended by the manufacturer. 6- 02.3(14) Finishing Concrete Surfaces The last sentence of the first paragraph is revised to read: The Contractor shall clean and refinish any stained or discolored surfaces. The following new subsection is added: 6- 02.3(14)D General Requirements for Concrete Surface Finishes Produced by Form Liners tprinted Horizontal and vertical joints shall be spliced in accordance with the manufacturer's instructions. The Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's joint splice instructions. Horizontal splicing of ABS and plastic form liners to achieve the required height is not permitted and there shall be no horizontal joints. The concrete formed with ABS and plastic form liners shall be given a light sandblast to remove the glossy finish. Side forms, traffic barrier forms, and pedestrian barrier forms using these form liners may be removed after 24 hours provided the concrete mix used includes a water- reducing admixture, and the concrete reaches 1,400 psi minimum compressive strength before form removal. Concrete in load supporting forms utilizing these form liners shall be cured in accordance with Section 6- 02.3(17)N. Once the forms are removed, the Contractor shall treat the joint areas by patching or light sandblasting as required by the Engineer to ensure that the joints are not visible. Form liners shall be cleaned, reconditioned, and repaired before each use. Form liners with repairs, patches, or defects which, in the opinion of the Engineer, would result in adverse effects to the concrete finish shall not be used. Care shall be taken to ensure uniformity of color throughout the textured surface. A change in form release agent will not be allowed. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 37 2015 All surfaces formed by the form liner shall also receive a Class 2 surface finish. Form ties shall be a type that leaves a clean hole when removed. All spalls and form tie holes shall be filled as specified for a Class 2 surface finish. 6- 02.3(14)C Pigmented Sealer for Concrete Surfaces The first sentence (up until the colon) is revised to read: The Contractor shall submit a Type 1 Working Drawing consisting of the pigmented sealer manufacturer's written instructions covering, at a minimum, the following: The second paragraph is deleted. In the last sentence of the third paragraph, "approval" is revised to read "acceptance" 6 -02.3(15) Date Numerals The third sentence in the first paragraph is revised to read: When an existing Structure is widened or when traffic barrier is placed on an existing Structure, the date shall be for the year in which the original Structure was completed. 6- 02.3(16) Plans for Falsework and Formwork This section is revised to read: The Contractor shall submit all plans for falsework and formwork as Type 2E Working Drawings. Submittal is not required for footing or retaining wall formwork if the wall is 4 feet or less in height (excluding pedestal height). The design of falsework and formwork shall be based on: 1. Applied loads and conditions which are no less severe than those described in Section 6- 02.3(17)A, Design Loads; 2. Allowable stresses and deflections which are no greater than those described in Section 6- 02.3(17)B, Allowable Stresses and Deflections; 3. Special loads and requirements no less severe than those described in Section 6- 02.3(17)C, Falsework and Formwork at Special Locations; 4. Conditions required by other Sections of 6- 02.3(17), Falsework and Formwork. The falsework and formwork plans shall be scale drawings showing the details of proposed construction, including: sizes and properties of all members and components; spacing of bents, posts, studs, wales, stringers, wedges and bracing; rates of concrete placement, placement sequence, direction of placement, and location of construction joints; identification of falsework devices and safe working loads as well as identification of any bolts or threaded rods used with the devices including their diameter, length, type, grade, and required torque. The falsework plans shall show the proximity of falsework to utilities or any nearby Structures including underground Structures. Formwork accessories shall be identified according to Section 6- 02.3(17)H, Formwork Accessories. All assumptions, dimensions, material properties, and other data used in making the structural analysis shall be noted on the drawing. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 38 2015 F� 1 Fi 0 0 7 Lj The Contractor shall furnish associated design calculations to the Engineer as part of the submittal. The design calculations shall show the stresses and deflections in load supporting members. Construction details which may be shown in the form of sketches on the calculation sheets shall be shown in the falsework or formwork drawings as well. Falsework or formwork plans will be rejected in cases where it is necessary to refer to the calculation sheets for information needed for complete understanding of the falsework and formwork plans or how to construct the falsework and formwork. Each sheet of falsework and formwork plans shall carry the following: 6- 02.3(16)A Nonpreapproved Falsework and Formwork Plans This section, including title, is deleted in its entirety and replaced with the following: 6- 02.3(16)A Vacant 6- 02.3(16)B Preapproved Formwork Plans This section, including title, is revised to read: 6- 02.3(16)B Pre - Contract Review of Falsework and Formwork Plans The Contractor may request pre- contract review of formwork plans for abutments, wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, railings, and bulkheads. Plans for falsework supporting the bridge deck for interior spans between precast prestressed concrete girders may also be submitted for pre - contract review. To obtain pre- contract review, the Contractor shall electronically submit drawings and design calculations in PDF format directly to: 1. The initials and dates of all participating design professionals. 2. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. 3. The Contract number, Contract title, and sequential sheet number. These shall also be on any related documents. to the Engineer. Construction shall not begin until the Engineer has given concurrence. 4. Identify where the falsework and formwork plan will be utilized by referencing Contract Plan sheet number and related item or detail. 6- 02.3(16)A Nonpreapproved Falsework and Formwork Plans This section, including title, is deleted in its entirety and replaced with the following: 6- 02.3(16)A Vacant 6- 02.3(16)B Preapproved Formwork Plans This section, including title, is revised to read: 6- 02.3(16)B Pre - Contract Review of Falsework and Formwork Plans The Contractor may request pre- contract review of formwork plans for abutments, wingwalls, diaphragms, retaining walls, columns, girders and beams, box culverts, railings, and bulkheads. Plans for falsework supporting the bridge deck for interior spans between precast prestressed concrete girders may also be submitted for pre - contract review. To obtain pre- contract review, the Contractor shall electronically submit drawings and design calculations in PDF format directly to: BridgeConstructionSupport@wsdot.wa.gov The Bridge and Structures Office, Construction Support Engineer will return the falsework or formwork plan to the Contractor with review notes, an effective date of review, and any revisions needed prior to use. For each contract on which the pre- reviewed falsework or formwork plans will be used, the Contractor shall submit a copy to the Engineer. Construction shall not begin until the Engineer has given concurrence. If the falsework or formwork being onstructed has an deviations to the rea roved 9 Y p pp falsework or formwork plan, the Contractor shall submit plan revisions for review and approval in accordance with Section 6- 02.3(16). City of Federal Way RFB # 15 -004 S 304th St at 281h Ave S Page 39 2015 6- 02.3(17)A Design Loads The fifth paragraph is revised to read: Live loads shall consist of a minimum uniform load of not less than 25 psf, applied over the entire falsework plan area, plus the greater of. 1. Actual weights of the deck finishing equipment applied at the rails, or; 2. A minimum load of 75 pounds per linear foot applied at the edge of the bridge deck. 6- 02.3(17)J Face Lumber, Studs, Wales, and Metal Forms The second and third to last paragraphs are deleted. 6- 02.3(17)K Concrete Forms on Steel Spans The second sentence of the last paragraph is revised to read: The Contractor shall fill the holes with fully torqued ASTM A 325 bolts in accordance with Section 6- 03.3(33). 6- 02.3(17)0 Early Concrete Test Cylinder Breaks The third paragraph is revised to read: The cylinders shall be cured in the field in accordance with WSDOT FOP for AASHTO T 23 Section 10.2 Field Curing. 6- 02.3(20) Grout for Anchor Bolts and Bridge Bearings The first five paragraphs are deleted and replaced with the following two new paragraphs: Grout shall conform to Section 9- 20.3(2) for anchor bolts and for bearing assemblies with bearing plates. Grout shall conform to Section 9- 20.3(3) for elastomeric bearing pads and fabric pad bearings without bearing plates. Grout shall be a workable mix with a viscosity that is suitable for the intended application. The Contractor shall receive approval from the Engineer before using the grout. 6- 02.3(24)C Placing and Fastening The twelfth paragraph is revised to read: In bridge decks, a "mat" is two adjacent and perpendicular layers of reinforcing steel. Top and bottom mats shall be supported adequately to hold both in their proper positions. If No. 4 bars make up the lower layer of steel in a mat, it shall be blocked at not more than 3 -foot intervals (or 4 -foot intervals for bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as blocking. To provide a rigid mat, the Contractor shall add other supports and tie wires to the top mat as needed. In the fourteenth paragraph, the description following "2'h inches between" is revised to read: Adjacent bars in a layer. Bridge deck and bridge approach slab bars and the top of the slab. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 40 2015 L In the fourteenth paragraph, the description following "2 inches between" is supplemented with the following new sentence: Bars and the surface of concrete when not specified otherwise in this Section or in the Plans. In the fourteenth paragraph, the first sentence in the description following "1' /z inches between" is deleted. The fifteenth ara ra h is revised to read: p 9 P Except for top cover in bridge decks and bridge approach slabs, cover to ties and stirrups may be Y2 inch less than the values specified for main bars but shall not be less than 1 inch. In the sixteenth paragraph, the first item in the second subparagraph is revised to read: The clearance to the top surface of bridge decks and bridge approach slabs +% in/ -0 ". 6- 02.3(24)E Welding Reinforced Steel This section is revised to read: Welding of steel reinforcing bars shall conform to the requirements of ANSI /AWS D1.4 Structural Welding Code - Reinforcing Steel, latest edition, except where superseded by the Special Provisions, Plans, and these Specifications. Before any welding begins, the Contractor shall submit a Type 2 Working Drawing consisting of the welding procedure for each type of welded splice to be used, including the weld procedure specifications and joint details. The weld procedure specifications shall be written on a form taken from AWS D1.4 Annex A, or equivalent. Test results of tensile strength,.macroetch, and visual examination shall be included. The form shall be signed and dated. Welders shall be qualified in accordance with AWS D1.4. The Contractor shall be responsible for the testing and qualification of welders, and shall submit Type 2 Working Drawings consisting of welder qualification and retention records. The weld joint and welding position a welder is qualified in shall be in accordance with AWS D1.4. The welder qualifications shall remain in effect indefinitely unless, (1) the welder is not engaged in a given process of welding for which the welder is qualified for a period exceeding six months, or (2) there is some specific reason to question a welder's ability. Filler metals used for welding reinforcing bars shall be in accordance with AWS D1.4 Table 5.1. All filler metals shall be low- hydrogen and handled in compliance with low- hydrogen practices specified in the AWS code. Short circuiting transfer with gas metal arc welding will not be allowed. Slugging of welds will not be allowed. For the purpose of compatibility with AWS D1.4, welded lap splices for spiral or hoop reinforcing shall be considered Flare -V groove welds, indirect butt joints. City of Federal Way RFB # 15-004 S 304th St at 281h Ave S Page 41 2015 6- 02.3(25)0 Deck Bulb Tee Girder Flange Connection This section, including title, is revised to read: Deck Bulb Tee Girder Flange and PCPS Member Connection The Contractor shall submit a method of equalizing deflections as a Type 1 Working Drawing. Any temporary strands in the top flange shall be cut per Section 6- 02.3(25)N prior to equalizing girder deflections. Deck bulb tee girders and PCPS members with grouted shear keys shall be constructed in the following sequence: 1. Deflections shall be equalized per the Contractor's equalization plan. 2. Intermediate diaphragms shall be placed and weld ties shall be welded. Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 42 2015 The Contractor is responsible for using a welding sequence that will limit the alignment 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 bar. The ground wire from the welding machine shall be clamped to the bar being welded. Where epoxy - coated steel reinforcing bars are specified to be spliced by welding, the epoxy coating shall be left off or removed from the surfaces to be heated, but in no cases less than six inches of each bar being welded. After the welding is complete, the Contractor shall apply epoxy patching material to the uncoated portions of the bar in accordance with Section 6- 02.3(24)H. 6- 02.3(25) Prestressed Concrete Girders In the first paragraph, the last sentence is revised to read: WSDOT certification will be granted at, and renewed during, the annual prestressed plant review and approval process in accordance with WSDOT Materials Manual M 46- 01.04 Standard Practice OC 6. 6- 02.3(25)1 Fabrication Tolerances In the first paragraph, item number 21 is revised to read: 21. Differential Camber Between Girders in a Span (measured in place at the job site): 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 :k '/4 inch For deck bulb tee girders and PCPS Cambers shall be equalized when the members without grouted shear keys: differences in cambers between adjacent girders exceeds t '/Z inch ' For all other prestressed concrete } '/8 inch per 10 feet of girder length girders: 6- 02.3(25)0 Deck Bulb Tee Girder Flange Connection This section, including title, is revised to read: Deck Bulb Tee Girder Flange and PCPS Member Connection The Contractor shall submit a method of equalizing deflections as a Type 1 Working Drawing. Any temporary strands in the top flange shall be cut per Section 6- 02.3(25)N prior to equalizing girder deflections. Deck bulb tee girders and PCPS members with grouted shear keys shall be constructed in the following sequence: 1. Deflections shall be equalized per the Contractor's equalization plan. 2. Intermediate diaphragms shall be placed and weld ties shall be welded. Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 42 2015 Deck bulb tee girders and PCPS members without grouted shear keys shall be constructed in the following sequence: 1. Deflections shall be equalized per the Contractor's equalization plan. 2. Intermediate diaphragms shall be placed and weld ties shall be welded. Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. 3. Equalization equipment shall not be removed and other construction equipment shall not be placed on the structure until intermediate diaphragms have attained a minimum compressive strength of 2,500 psi. 6- 02.3(26)F Prestressing Reinforcement 3. The keyways shown in the Plans to receive rout shall be filled flush with the 9 surrounding surfaces using a grout conforming to Section 9- 20.3(2). 4. Equalization equipment shall not be removed and other construction equipment shall not be placed on the structure until intermediate diaphragms have attained a minimum compressive strength of 2,500 psi and keyway grout has achieved a minimum compressive strength of 4000 psi. Deck bulb tee girders and PCPS members without grouted shear keys shall be constructed in the following sequence: 1. Deflections shall be equalized per the Contractor's equalization plan. 2. Intermediate diaphragms shall be placed and weld ties shall be welded. Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. 3. Equalization equipment shall not be removed and other construction equipment shall not be placed on the structure until intermediate diaphragms have attained a minimum compressive strength of 2,500 psi. 6-02.4 Measurement The following three new paragraphs are inserted before the last paragraph: Expansion joint system seal - superstr. will be measured by the linear foot along its completed line and slope. Expansion joint modification will be measured by the linear foot of expansion joint modified along its completed line and slope. Prestressed concrete girder will be measured by the linear foot of girder specified in the Proposal. 6 -02.5 Payment In the paragraph following the bid item "Commercial Concrete ", per cubic yard the second sentence is revised to read: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 43 2015 6- 02.3(26)F Prestressing Reinforcement The last sentence in the fourth paragraph is revised to read: If the prestressing reinforcement will not be stressed and grouted for more than 7 calendar days after it is placed in the ducts, the Contractor shall place an approved corrosion inhibitor conforming to Federal Specification MIL- 1- 22110C in the ducts. 6- 02.3(28) Precast Concrete Panels In the first paragraph, the third sentence is revised to read: ' WSDOT Certification will be granted at, and renewed during, the annual precast plant review and approval process in accordance with WSDOT Materials Manual M 46 -01.04 Standard Practice QC 7. 6-02.4 Measurement The following three new paragraphs are inserted before the last paragraph: Expansion joint system seal - superstr. will be measured by the linear foot along its completed line and slope. Expansion joint modification will be measured by the linear foot of expansion joint modified along its completed line and slope. Prestressed concrete girder will be measured by the linear foot of girder specified in the Proposal. 6 -02.5 Payment In the paragraph following the bid item "Commercial Concrete ", per cubic yard the second sentence is revised to read: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 43 2015 All costs in connection with concrete curing, producing concrete surface finish with form liners, and furnishing and applying pigmented sealer to concrete surfaces as specified, shall be included in the unit contract price per cubic yard for "Conc. Class It The following new paragraph is inserted after the bid item "Superstructure (name bridge) ", lump sum: All costs in connection with constructing, finishing and removing the bridge deck test slab as specified in Section 6- 02.3(10)D1 shall be included in the lump'sum Contract price for "Superstructure_" or "Bridge Deck_" for one bridge in each project, as applicable. In the paragraph following the bid item "Epoxy- Coated St. Reinf. Bar _ ", per pound, the first sentence is revised to read: Payment for reinforcing steel shall include the cost of drilling holes in concrete for, and setting, steel reinforcing bar dowels with epoxy bonding agent, and furnishing, fabricating, placing, and splicing the reinforcement. The bid item "Cure Box ", lump sum and paragraph following bid item are deleted. The following three new bid items are inserted before the bid item "Bridge Approach Slab ", per square yard: "Expansion Joint System - Superstr. ", per linear foot. "Expansion Joint Modification - _ ", per linear foot. "Prestressed Conc. Girder _ ", per linear foot. 6- 03.AP6 Section 6 -03, Steel Structures April 6, 2016 6 -03.2 Materials The first sentence in the fifth paragraph is revised to read: The Contractor shall submit Type 1 Working Drawings describing the methods for visibly marking the material so that it can be traced. 6 -03.3 Construction Requirements This section is revised to read: Structural steel fabricators of plate and box girders, floorbeams, truss members, stringers, cross frames, diaphragms, and laterals shall be certified under the AISC Certification Program for Steel Bridge Fabricators, Advanced Bridges -Category. When fracture critical members are specified in the contract, structural steel fabricators shall also meet the supplemental requirements F, Bridges with Fracture - Critical Members, under the AISC Certification Program for Steel Bridge Fabricators. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 44 2015 1 0 r 6- 03.3(7) Shop Plans This section is revised to read: The Contractor shall submit all shop detail plans for fabricating the steel as Type 2 Working Drawings. If these plans will be submitted directly from the fabricator, the Contractor shall so notify the Engineer in writing. No material shall be fabricated until: (1) the Working Drawing review is complete, and (2) the Engineer has accepted the materials source. Before physical completion of the project, the Contractor shall furnish the Engineer one set of reproducible copies of the as -built shop plans. The reproducible copies shall be clear, suitable for microfilming, and on permanent sheets that measure no smaller than 11 by 17- inches. Alternatively, the shop drawings may be provided in an electronic format with the concurrence of the Engineer. 6- 03.3(7)A Erection Methods The first paragraph is revised to read: Before beginning to erect any steel Structure, the Contractor shall submit Type 2E Working Drawings consisting of the erection plan and procedure describing the methods the Contractor intends to use. The second paragraph (up until the colon) is revised to read: The erection plan and procedure shall provide complete details of the erection process including, at a minimum, the following: The third paragraph (up until the colon) is revised to read: As part of the erection plan Working Drawings, the Contractor may submit details of an engineered and fabricated lifting bracket bolted to the girder top flanges providing the following requirements are satisfied: In the third paragraph, the second sentence of item number 4 is revised to read: Certification documentation from a previous project may be submitted; The last sentence of the fourth paragraph is deleted. The last paragraph is deleted. 6- 03.3(10) Straightening Bent Material In the first paragraph, the last sentence is revised to read: A limited amount of localized heat may be applied only if carefully planned and supervised, and only in accordance with the heat - straightening procedure Working Drawing submittal. The third paragraph is revised to read: City of Federal Way S 3001 St at 28th Ave S Page 45 RFB # 15 -004 2015 After straightening, the Contractor shall inspect the member for fractures using a method proposed by the Contractor and accepted by the Contracting Agency. The last paragraph is revised to read: The procedure for heat straightening of universal mill (UM) plates by the mill or the fabricator shall be submitted as a Type 2 Working Drawing. 6- 03.3(14) Edge Finishing In the first paragraph, the last sentence is revised to read: Corners along exposed edges shall be broken by light grinding or another method acceptable to the Engineer to achieve an approximate 1/16 -inch chamfer or rounding. In the fifth paragraph, the last sentence is revised to read: The fabricator shall prevent excessive hardening of flange edges through preheating, post heating, or control of the burning process as recommended by the steel manufacturer. The sixth paragraph is revised to read: Hardness testing shall consist of testing thermal -cut edges with a portable hardness tester. The hardness tester, and its operating test procedures, shall be submitted as a Type 1 Working Drawing. The hardness tester shall be convertible to Rockwell C scale values. In the last paragraph, the last sentence is revised to read: If thermal- cutting operations conform to procedures established by the steel manufacturer, and hardness testing results are consistently within acceptable limits, the Engineer may authorize a reduction in the testing frequency. I I 6- 03.3(15) Planing of Bearing Surfaces This section is supplemented with the following new paragraph: Where mill to bear is specified in the Plans, the bearing end of the stiffener shall be flush and square with the flange and shall have at least 75 percent of this area in contact with the flange. 6- 03.3(25) Welding and Repair Welding In the first paragraph, the first sentence is revised to read: Welding and repair welding of all steel bridges shall comply with the AASHTO YAWS 131.51VI/131.5, latest edition, Bridge Welding Code. In the second paragraph, the last sentence is revised to read: I No welding, including tack and temporary welds shall be done in the shop or field unless the location of the welds is shown on the shop drawings reviewed and accepted by the , Engineer. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 46 2015 n In the third paragraph, the first sentence is revised to read: Welding procedures shall accompany the shop drawing Working Drawing submittal. In the fourth paragraph, the first sentence is revised to read: Welding shall not begin until completion of the shop plan Working Drawing review as required in Section 6- 03.3(7). In item number 1 of the ninth paragraph, "approves" is revised to read "concurs ". 6- 03.3(25)A3 Ultrasonic Inspection The following new paragraph is inserted before the last paragraph: A minimum of 30 percent of complete penetration vertical welds on steel column jackets thicker than 5/16 -inch, within 1.50 column jacket diameter of the top and bottom of each column, shall be inspected. If any rejectable flaws are found, 100 percent of the weld within the specified limits shall be inspected. The largest column cross section diameter for tapered column jackets shall constitute one column jacket diameter. 6- 03.3(25)A4 Magnetic Particle Inspection Items number 3 and 4 are revised to read: 3. Complete penetration groove welds on plates Vivinch or thinner (excluding steel column jackets) shall be 100 percent tested by the magnetic particle method. Testing shall apply to both sides of the weld, if backing plate is not used. The ends of each complete penetration groove weld at plate edges shall be tested by the magnetic particle method. 4. A minimum of 30 percent of complete penetration vertical welds on steel column jackets 5 /,s -inch or thinner, within 1.50 column jacket diameters of the top and bottom of each column, shall be magnetic particle inspected. The largest column cross section diameter for tapered column jackets shall constitute one column jacket diameter. The last paragraph is supplemented with the following new sentence: If any rejectable flaws are found in any test length of item 4 above, 100 percent of the weld within the specified limits shall be inspected. 6- 03.3(27) High Strength Bolt Holes The last paragraph is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of a detailed outline of the procedures proposed to accomplish the work from initial drilling through shop assembly. 6- 03.3(27)C Numerically Controlled Drilled Connections In the second paragraph, the first sentence is revised to read: City of Federal Way S 304th St at 28th Ave S Page 47 RFB # 15-004 2015 The Contractor shall submit Type 1 Working Drawings consisting of a detailed outline of proposed N/C procedures. 6- 03.3(29) Welded Shear Connectors This section's content is deleted and replaced with the following: Installation, production control, and inspection of welded shear connectors shall conform to Chapter 7 of the AASHTO /AWS D1.5M/D1.5:2010 Bridge Welding Code. If welded shear connectors are installed in the shop, installation shall be completed prior to applying the shop primer coat in accordance with Section 6- 07.3(9)G. If welded shear connectors are installed in the field, the steel surface to be welded shall be prepared to SSPC -SP 11, power tool cleaning, just prior to welding. 6- 03.3(33) Bolted Connections In the second paragraph, the first sentence is revised to read: The Contractor shall submit Type 1 Working Drawings providing documentation of the bolt tension calibrator, including brand, capacity, model, date of last calibration, and manufacturer's instructions for use. In the second sentence of the second paragraph, the word "approved" is deleted. In item number 3 of the fifth paragraph, "approved" is revised to read "specified ". In the center column header of table 1, " AASHTO M 164" is revised to read "ASTM A 325" In the column headings of table 3, "M 164" is revised to read "A 325 ". In the tenth paragraph, item number 3, "approved" is revised to read "accepted" in the second and third sentences of the first paragraph. In the tenth paragraph, item number 3, the third paragraph is revised to read: The Contractor shall submit Type 1 Working Drawings of the tension control bolt assembly, including bolt capacities, type of bolt, nut, and washer lubricant, method of packaging and protection of the lubricated bolt, installation equipment, calibration equipment, and installation procedures. In the first sentence of the last paragraph, " AASHTO M 164" is revised to read "ASTM A 325 ". The second sentence of the last paragraph is revised to read: Black ASTM A 325 bolts may be reused once if accepted by the Engineer. In the last paragraph, the fourth sentence is revised to read: Bolts to be reused shall be relubricated in accordance with the manufacturer's recommendations. 6- 03.3(33)A Pre - Erection Testing In the fifth sentence of the first paragraph, "approved" is revised to read "accepted ". City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 48 2015 1 1 L� 1 The third ara ra h is revised to read: p 9 p The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's detailed procedure for pre- erection (rotational capacity) testing of tension control bolt assemblies. 6- 03.3(33)B Bolting Inspection In the last sentence of the first paragraph, "approved" is revised to read "specified ". The last paragraph is revised to read: The Contractor shall submit Type 1 Working Drawings consisting of the manufacturer's detailed procedure for routine observation to ensure proper use of the tension control bolt assemblies. 6- 03.3(42) Surface Condition The first subparagraph is revised to read: Painted steel surfaces shall be cleaned by methods required for the type of staining. The Contractor shall submit a Type 1 Working Drawing of the cleaning method. 6- 04.AP6 Section 6-04, Timber Structures January 5, 2015 6- 04.3(3) Shop Details This section is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of shop detail plans for all treated timber. These plans shall show dimensions for all cut, framed, or bored timbers. 6- 05.AP6 Section 6 -05, Piling January 5, 2015 6- 05.3(2) Ordering Piling The last paragraph is deleted. 6- 05.3(3)A Casting and Stressing In the second sentence of the first paragraph, "poured" is revised to read "cast". 6- 05.3(4) Manufacture of Steel Casings for Cast -In -Place Concrete Piles This section is revised to read: The diameter of steel casings shall be as specified in the Contract. A full- penetration groove weld between welded edges is required. City of Federal Way S 304th St at 28th Ave S Page 49 RFB # 15 -004 2015 6- 05.3(5) Manufacture of Steel Piles This section is revised to read: Steel piles shall be made of rolled steel H -pile sections, steel pipe piles, or of other structural steel sections described in the Contract. A full- penetration groove weld between welded edges is required. 6- 05.3(6) Splicing Steel Casings and Steel Piles This section is revised to read: The Engineer will normally permit steel piles and steel casings for cast -in -place concrete piles to be spliced. But in each case, the Contractor shall submit Type 2 Working Drawings supporting the need and describing the method for splicing. Welded splices shall be spaced at a minimum distance of 10 feet. Only welded splices will be permitted. Splice welds for steel piles shall comply with Section 6- 03.3(25) and AWS D1.1/D1.1 M, latest edition, Structural Welding Code. Splicing of steel piles shall be performed in accordance with an approved weld procedure. The Contractor shall submit a Type 2 Working Drawing consisting of the weld procedure. For ASTM A 252 material, mill certification for each lot of pipe to be welded shall accompany the submittal. The ends of all steel pipe piling shall meet the fit -up requirements of AWS D1.1/131.1 M, latest edition, Structural Welding Code Section 5.22.3.1, "Girth Weld Alignment (Tubular)," when the material is spliced utilizing a girth weld. Splice welds of steel casings for cast -in -place concrete piles shall be the Contractor's responsibility and shall be welded in accordance with AWS D1.1/D1.1 M, latest edition, Structural Welding Code. A weld procedure submittal is not required for steel casings used for cast -in -place concrete piles. Casings that collapse or are not watertight, shall be replaced at the Contractor's expense. 6= 05.3(7)B Precast Concrete Piles The second to last sentence of the second paragraph is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of the method of lifting the piles. 6- 05.3(8) Pile Tips and Shoes In the last paragraph, the second and third sentences are deleted and replaced with the following new sentence: If pile tips or shoes other than those denoted in the Qualified Products List are proposed, the Contractor shall submit Type 2 Working Drawings consisting of shop drawings of the proposed pile tip along with design calculations, specifications, material chemistry and installation requirements, along with evidence of a pile driving test demonstrating suitability of the proposed pile tip. 6- 05.3(9)A Pile Driving Equipment Approval In the first paragraph, the first sentence is revised to read: Prior to driving any piles, the Contractor shall submit Type 2 Working Drawings consisting of details of each proposed pile driving system. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 50 2015 n J 1 r In the second paragraph, the first sentence is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of a wave equation analysis for all pile driving systems used to drive piling with required ultimate bearing capacities of greater than 300 tons. In the second paragraph, the second sentence is deleted. The last paragraph is revised to read: Changes to the pile driving system after completion of the Working Drawing review require a revised Working Drawing submittal. 6- 05.3(9)B Pile Driving Equipment Minimum Requirements In the first paragraph, the first sentence is revised to read: For each drop hammer used, the Contractor shall weigh it in the Engineer's presence or submit a Type 1 Working Drawing consisting of a certificate of its weight. In the third paragraph, the first sentence is revised to read: For each diesel, hydraulic, steam, or air - driven hammer used, the Contractor shall submit a Type 1 Working Drawing consisting of the manufacturer's specifications and catalog. In the fourth paragraph, "approval" is revised to read "permission ". The ninth paragraph is revised to read: These requirements for minimum hammer size may be waived if a Type 2E Working Drawing is submitted consisting of a wave equation analysis demonstrating the ability of the hammer to obtain the required bearing capacity and minimum tip elevation without damage to the pile. 6- 05.3(9)C Pile Driving Leads In the third paragraph, "approved" is revised to read "permitted ". 6- 05.3(11)F Pile Damage In the first sentence of the second paragraph, "approved" is revised to read "accepted ". 6- 05.3(11)G Pile Cutoff In the first paragraph, "Engineer's approval" is revised to read "Engineer's permission ". 6- 05.3(11)H Pile Driving From or Near Adjacent Structures In the first paragraph, item number 3 is revised to read: 3. Type 2E Working Drawings are submitted in accordance with Sections 1 -05.3 and 6- 02.3(16), showing the structural adequacy of the existing Structure to safely support all of the construction loads. City of Federal Way RFB # 15 -004 S 3041h St at 28th Ave S Page 51 2015 6- 05.3(12) Determination of Bearing Values In the footnote below the formula, "approved by the Engineer" is revised to read "acceptable to the Engineer". 6- 05.3(13) Treatment of Timber Pile Heads In the second paragraph, the first sentence is revised to read: After cutting treated timber piles to correct elevation, the Contractor shall brush three coats of a preservative that meets the requirements of Section 9 -09 on all pile heads (except those to be covered with concrete footings or concrete caps). 6- 05.3(15) Completion of Cast -In -Place Concrete Piles In the first paragraph, "approval' is revised to read "acceptance ". 6- 06.AP6 Section 6 -06 s Bridge Railings 9 January 5, 2015 6- 06.3(2) Metal Railings The second paragraph is revised to read: _ Before fabricating the railing, the Contractor shall submit Type 2 Working Drawings consisting of the shop plans. The Contractor may substitute other rail connection details for those shown in the Plans if details of these changes show in the shop plans and if the Engineer accepts them in the Working Drawing response comments. In reviewing the shop plan Working Drawings, the Engineer indicates only that they are adequate and complete enough. The review does not indicate a check on dimensions. 6- 07.AP6 Section 6 -07, Painting January 5, 2015 6 -07.3 Painting This section is supplemented with the following new subsections: 6- 07.3(14) Metallic Coatings I 6- 07.3(14)A General Requirements This specification covers the requirements for thermal spray metallic coatings, with ' and without additional paint coats, as a means to prevent corrosion. The coating system consists of surface preparation by wash cleaning and abrasive ' blast cleaning, thermal spray application of a metallic coating using a material made specifically for that purpose, and, when specified, shop primer coat or shop primer coat plus top coat in accordance with Section 6- 07.3(11)A. The system also includes inspection and acceptance requirements. 6- 07.3(14)B Reference Standards SSPC -SP 10 /NACE No. 2 Near White Blast Cleaning City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 52 2015 SSPC CS 23.00 Guide for Thermal Spray Metallic Coating Systems ASTM -C -633 Standard Test Method for Adhesion or Cohesion Strength of Thermal Spray Coatings ASTM D 4417 Standard Test Methods for Field Measurement of Surface Profile of Blast- Cleaned Steel ASTM D 6386 Standard Practice for Preparation of Zinc (Hot -Dip Galvanized) Coated Iron and Steel Product and Hardware Surfaces for Painting ASTM D 4541 Standard Test Method for Pull -Off Strength of Coatings Using Portable Adhesion Testers ANSI JAWS C2.18 Guide for the Protection of Steel with Thermal Sprayed Coatings of Aluminum, Zinc and their Alloys and Composites 6- 07.304)C Quality Assurance A representative sample of each lot of the coating material used shall be submitted to the Engineer for analysis prior to use. Zinc shall have a minimum purity of 99.9 percent. Zinc Aluminum 85/15 wire shall be 14 percent minimum to 16 percent maximum aluminum. The thermal sprayed coating shall have a uniform appearance. The coating shall ' At the same time as submitting the abrasive blast cleaned steel plate sample, the Contractor shall submit to the Engineer, a second 12 inch square steel plate of the City of Federal Way RFB # 15 -004 ' S 304th St at 28th Ave S Page 53 2015 not contain any blisters, cracks, chips or loosely adhering particles, oil or other surface contaminants, nodules, or pits exposing the substrate. The thermal spray coating shall adhere to the substrate with a minimum bond of 700 psi. The Contractor's QA program shall include thermal spray coating bond testing. The Engineer may cut through the coating with a knife or chisel. If upon doing so, any part of the coating lifts away from the base metal 1/4 in. or more ahead of the cutting blade without cutting the metal, then the bond is considered not effective and is rejected. Coated areas which have been rejected or damaged in the inspection procedure described shall have the defective sections blast cleaned to remove all of the thermal sprayed coating and shall then be recoated. Before resubmittai and inspection, those sections where coating has not reached the required thickness shall be sprayed with additional metal until that thickness is achieved. 6- 07.3(14)D Submittals The Contractor shall submit to the Engineer, prior to abrasive blast cleaning, a 12 inch square steel plate, of the same material and approximate thickness of the steel to be coated, blasted clean in accordance with Section 6- 07.3(14)E. The sample plate will be checked for specified angular surface pattern, the abrasive grit size ' and type used, and the procedure used. This plate shall be used as the visual standard to determine the acceptability of the cleaned surface. In the event the 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 specimen submitted. ' At the same time as submitting the abrasive blast cleaned steel plate sample, the Contractor shall submit to the Engineer, a second 12 inch square steel plate of the City of Federal Way RFB # 15 -004 ' S 304th St at 28th Ave S Page 53 2015 same material and thickness, cleaned and thermal spray coated in accordance with the same processes and with the same equipment as intended for use in applying the thermal spray coatings. The Engineer may request additional cleaned and thermal spray coated samples to be produced and submitted coincident with thermal spray coating of the items specified in the Plans to receive thermal spray coatings. 6- 07.3(14)E Surface Preparation Surface irregularities (e.g., sharp edges and /or carburized edges, cracks, delaminations, pits, etc.) interfering with the application of the coating shall be 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. All dirt, oil, scaling, etc. shall be removed prior to blast cleaning. All surfaces shall be wash cleaned with either clean water at 8000 psi or water and detergent at 2000 psi with two rinses with clean water. The surface shall be abrasive blast cleaned to near white metal (SSPC -SP 10). The surface profile shall be measured using a surface profile comparator, replica tape, or other method suitable for the abrasive being used in accordance with ASTM D 4417. Where zinc coatings up to and including 0.009 inch thick are to be applied, one of the following abrasive grits shall be used with pressure blast equipment to produce a 3.0 mils AA anchor tooth pattern: 1. Aluminum oxide or silicon carbide mesh size: SAE G -25 to SAE G-40 2. Hardened steel grit mesh size: SAE G -25 to SAE G-40 3. Garnet, flint, or crushed nickel or black beauty coal slag mesh size: SAE G -25 to SAE G -50 Where zinc coatings greater than 0.010 inch thick are to be applied, one of the following abrasive grits shall be used with pressure blast equipment to produce a 5.0 mils AA anchor tooth pattern: 1. Aluminum oxide or silicon carbide mesh size: SAE G -18 to SAE G -25 2. Hardened steel grit mesh size: SAE G -18 to SAE G -25 3. Garnet, flint, or crushed nickel or black beauty coal slag mesh size: SAE G -18 to SAE G -25 The pressure of the blast nozzle, as measured with a needle probe gauge, with pressure type blasting equipment shall be as follows: City of Federal Way RFB # 15 -004 S 30411, St at 28th Ave S Page 54 2015 ' 1. With aluminum oxide silicon carbide flint .or slag - 50 psi minimum and 60 psi maximum. 2. With garnet or steel grit - 75 psi minimum. The pressure at the blast nozzle, with siphon blasting (suction blasting), shall be as follows: 1. With aluminum oxide, silicon carbide, flint, or slag - 75 psi maximum. 2. With garnet or steel grit - 90 psi maximum. The abrasive blast stream shall be directed onto the substrate surface at a spray angle of 75 to 90 degrees, and moved side to side. The nozzle to substrate distance shall be 4 to 12 inches. 6- 07.3(14)F Application of Metallic Coating No surface shall be sprayed which shows any sign of condensed moisture or which does not comply with Section 6- 07.3(14)E. If rust bloom occurs within the holding time between abrasive blast cleaning and thermal spraying, the surface shall be reblasted at a blast angle as close to perpendicular to the surface as possible to achieve a 2.0 to 4.0 mil anchor tooth pattern. Thermal spraying shall not take place when the relative humidity is 90% or greater, when the steel temperature is less than 5 °F above the dew point, or when the air or steel temperature is less than 40 °F. Clean, dry air shall be used with not less than 50 psi air pressure at the air regulator. Not more than 50 feet of 3/8 in. ID hose shall be used between the air regulator and the metallizing gun. The metallizing gun shall be started and adjusted with the spray directed away from the work. During the spraying operation and depending upon the equipment being used, the gun shall be held as close to perpendicular as possible to the surface from 5 to 8 inches from the surface of the work. Manual spraying shall be done in a block pattern, typically 2 feet by 2 feet square. The sprayed metal shall overlap on each pass to ensure uniform coverage. The specified thickness of the coating shall be applied in multiple layers. In no case are fewer than two passes of thermal spraying, overlapping at right angles, acceptable. At least one single layer of coating shall be applied within 4 hours of blasting and the surface shall be completely coated to the specified thickness within 8 hours of blasting. The minimum coating thickness shall be 6 mils unless otherwise shown in the Plans. 6- 07.3(14)G Applications of Shop Coats and Field Coats The surface shall be wiped clean with solvent immediately before applying the wash primer. The wash primer shall have a low viscosity appropriate for absorption into the thermal spray coating, and shall be applied within 8 hours after completion of thermal spraying or before oxidation occurs. The dry film thickness of the wash primer shall not exceed 0.5 mils or be less than 0.3 mils. It shall be applied using City of Federal Way RFB # 15 -004 ' S 304th St at 28th Ave S Page 55 2015 an appropriate spray gun except in those areas where brush or roller application is necessary. The subsequent shop primer or field coats shall be applied no less than one -half hour after a wash primer. The shop primer coat, when specified, shall be applied in accordance with Section 6- 07.3(11)A and the paint manufacturer's recommendations. All field coats, when specified, shall be applied in accordance with Section 6- 07.3(11)A and the paint manufacturer's recommendations. The color of the top coat shall conform to Section 6- 03.3(30) as supplemented in these Special Provisions. 6- 07.3(2) Submittals The first paragraph is revised to read: The Contractor shall submit Type 2 Working Drawings of the painting plan. 6- 07.3(10)A Containment The second paragraph is revised to read: The containment length shall not exceed the length of a span (defined as pier to pier). The containment system shall not cause any damage to the existing structure. All clamps and other attachment devices shall be padded or designed such that they shall not mark or otherwise damage the steel member to which they are attached. All clamps and other attachment devices shall be fully described in the Contractor's painting plan Working Drawing submittal. Field welding of attachments to the existing structure will not be allowed. The Contractor shall not drill holes into the existing structure or through existing structural members except as shown in the Contractor's, painting plan Working Drawing submittal. All provisions for dust collection, ventilation and auxiliary lighting within the containment system shall be fully described the Contractor's painting plan Working Drawing submittal. In the second to last paragraph, "approved" is revised to read "accepted ". 6- 07.3(10)E Surface Preparation — Full Paint Removal This section is revised to read: For structures where full removal of existing paint is specified, the Contractor shall remove any visible oil, grease, and road tar in accordance with SSPC -SP 1. Following preparation by SSPC -SP 1, all steel surfaces to be painted shall be prepared in accordance with SSPC -SP 10, near -white metal blast cleaning. Surfaces inaccessible to near -white metal blast cleaning shall be prepared in accordance with SSPC -SP 11, power tool cleaning to bare metal, as allowed by the Engineer. 6- 07.3(10)F Collecting, Testing and Disposal of Containment Waste In the first paragraph, the last sentence before the numbered list is revised (up until the colon) to read: The sealed waste containers shall be stored in accordance with Section 1 -06.4, the painting plan, and the following requirements: City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 56 2015 IIn the second paragraph, the first sentence is revised to read: All material collected by and removed from the containment system shall be taken to a landside staging area, provided by the Contractor, for further processing and storage prior to transporting for disposal. The ninth paragraph is revised to read: The Contractor shall submit a Type 1 Working Drawing of all TCLP results. The first sentence of the last paragraph is revised to read: The Contractor shall submit a Type 1 Working Drawing consisting of waste disposal documentation within 15 working days of each disposal. 6- 07.3(10)K Coating Thickness The last paragraph is revised to read: If the specified number of coats does not produce a combined dry film thickness of at 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 system will be rejected, and the Contractor shall discontinue painting and surface preparation operations and shall submit a Type 2 Working Drawing of the repair proposal. The repair proposal shall include documentation demonstrating the cause of the less than minimum thickness along with physical test results, as necessary, and modifications to work methods to prevent similar results. The Contractor shall not resume painting or surface preparation operations until receiving the Engineer's acceptance of the completed repair. 6- 07.3(10)L Environmental Condition Requirements Prior to Application of Paint In the last paragraph, the second to last sentence is revised to read: If a paint system manufacturer's recommendations allow for application of a paint under environmental conditions other than those specified, the Contractor shall submit a Type 2 Working Drawing consisting of a letter from the paint manufacturer specifying the environmental conditions under which the paint can be applied. In the last sentence of the last paragraph, "approval" is revised to read "concurrence ". 6- 07.3(11)61 Submittals The first paragraph (up until the colon) is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of the following information: 6- 07.3(11)B3 Galvanized Surface Cleaning and Preparation The first paragraph is revised to read: Galvanized surfaces receiving the powder coating shall be cleaned and prepared for coating in accordance with ASTM D 6386, and the project- specific powder coating plan. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 57 2015 6- 07.3(11)B4 Powder Coating Application and Curing The first paragraph (up until the colon) is revised to read: After surface preparation, the two- component powder coating shall be applied in accordance with the powder coating manufacturer's recommendations, the project - specific powder coating plan, and as follows: 6- 07.3(11)B5 Testing In the fifth sentence of the first paragraph, the phrase "as approved by the Engineer" is deleted. The second paragraph is revised to read: The results of the QC testing shall be documented in a QC report, and submitted as a Type 2 Working Drawing. In the fourth paragraph, the phrase "as approved by the Engineer" is deleted. In the last paragraph, "Engineer's approval" is revised to read "Engineer's acceptance ". 6- 07.3(11)B6 Coating Protection for Shipping The phrase "as approved by the Engineer" is deleted from this section. The first sentence of the last paragraph is revised to read: After erection, all coating damage due to the Contractor's shipping, storage, handling, and erection operations shall be repaired by the Contractor in accordance with the project- specific powder coating plan. 6-07.5 Payment The following new paragraph is inserted before the last paragraph: All costs in connection with producing the metallic coatings as specified shall be included in the unit contract price for the applicable item or items of work. 6- 09.AP6 Section 6-09, Modified Concrete Overlays January 5, 2015 6-09.2 Materials The second sentence of the fifth paragraph is revised to read: Microsilica will be accepted based on submittal of a Manufacturer's Certificate of Compliance. The seventh paragraph is revised to read: Latex admixture will be accepted based on submittal of a Manufacturer's Certificate of Compliance. City of Federal Way RFB # 15 -004 S 3041" St at 28th Ave S Page 58 2015 I 1 Pi 1 1 U 1 n C 1 6- 09.3(1)H Mobile Mixer for Latex Modified Concrete In item number 2 of the first paragraph, "An approved recording meter" is revised to read "A recording meter". In item number 3 of the first paragraph, "an approved flow meter" is revised to read "a flow meter". 6- 09.3(1)J Finishing Machine The last two sentences of the last paragraph are revised to read: A machine with a vibrating pan as an integral part may be proposed. Other finishing machines will be allowed subject to concurrence of the Engineer. 6- 09.3(2) Submittals This section is revised to read: The Contractor shall submit the following Working Drawings in accordance with Section 1 -05.3: 1. A Type 1 Working Drawing of the type of machine (rotary milling, hydro - demolition, or shot blasting) selected by the Contractor for use in this project to scarify concrete surfaces. 2. A Type 1 Working Drawing of the axle loads and axle spacing of the rotary milling machine (if used). 3. A Type 2 Working Drawing of the Runoff Water Disposal Plan (if a hydro - demolition machine is used). The Runoff Water Disposal Plan shall describe all provisions for the containment, collection, filtering, and disposal of all runoff water and associated contaminants generated by the hydro - demolition process, including containment, collection and disposal of runoff water and debris escaping through breaks in the bridge deck. 4. A Type 2 Working Drawing of the method and materials used to contain, collect, and dispose of all concrete debris generated by the scarifying process, including provisions for protecting adjacent traffic from flying debris. 5. A Type 1 Working Drawing of the mix design for concrete Class M, and either fly ash modified concrete, microsilica modified concrete, or latex modified concrete, as selected by the Contractor for use in this project in accordance with Section 6- 09.3(3). 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). 7. A Type 2 Working Drawing of the paving equipment specifications and details of the screed rail support system, including details of anchoring the rails and providing rail continuity. 6- 09.3(3)A General In the last paragraph, the phrase "and as approved by the Engineer" is deleted. City of Federal Way S 304th St at 281h Ave S Page 59 RFB # 15-004 2015 6- 09.3(4)6 Latex Admixture In the second sentence of the second paragraph, the phrase "and as approved by the Engineer" is deleted. 6- 09.3(5)A General The second paragraph is deleted. In the third and fourth paragraphs, the phrase "and as approved by the Engineer" is deleted. In the fifth paragraph, "approved by the Engineer" is revised to read "acceptable to the Engineer". 6 -09.3(5)6 Testing of Hydro- Demolition and Shot Blasting Machines In the last sentence of the last paragraph, "approval" is revised to read "acceptance ". 6 -09.3(5)C Hydro- Demolishing In the third and fourth paragraphs, the phrase "as approved by the Engineer" is deleted. 6- 09.3(6)B Deck Repair Preparation The second to last paragraph is revised to read the following three new paragraphs: The exposed steel reinforcing bars and concrete in the repair area shall be sandblasted or hydro - blasted and blown clean just prior to placing concrete. Where existing steel reinforcing bars inside deck repair areas show deterioration exceeding the limits defined in the Plans, the Contractor shall furnish and place steel reinforcing bars alongside the deteriorated bars in accordance with the details shown in the Plans. Payment for such extra Work will be by force account as provided in Section 1 -09.6. Bridge deck areas outside the repair area or steel reinforcing bar inside or outside the repair area damaged by the Contractor's operations, shall be repaired by the Contractor at no additional expense to the Contracting Agency, and to the satisfaction of the Engineer. 6 -09.3(6)C Placing Deck Repair Concrete The third paragraph is supplemented with the following: The Work of Type 1 further deck preparation shall consist of removing and disposing of the concrete within the repair area. The following new sentence is inserted before the last sentence of the last paragraph The Work of Type 2 further deck preparation shall consist of removing and disposing of ' concrete within the repair area, and furnishing, placing, finishing, and curing the repair concrete. 6- 09.3(7) Surface Preparation for Concrete Overlay The first sentence of the second paragraph is revised to read: If either a rotary milling machine or a shot blasting machine is used for concrete scarification, then the concrete deck shall be sandblasted or shot blasted, using City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 60 2015 equipment identified in the Working Drawing submittals, until sound concrete is exposed. The third paragraph is revised to read: ' If a hydro - demolition machine is used for concrete scarification, then the concrete deck shall be cleaned by water blasting with 7,000 psi minimum pressure, until sound concrete is exposed. In the fourth paragraph, "as approved by the Engineer" is revised to read "accepted by the Engineer". 1 f7 0 1 1 In the last sentence of the eighth paragraph, the phrase "as approved by the Engineer" is deleted. In the first sentence of the last paragraph, "approved" is revised to read "allowed ". 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The second sentence of the last paragraph is revised to read: The technical representative shall be capable of performing, demonstrating, inspecting, and testing all of the functions required for placement of the latex modified concrete as specified in Section 6- 09.3(11). The fourth sentence of the last paragraph is revised to read: Recommendations made by the technical representative on or off the jobsite shall be adhered to by the Contractor at no additional expense to the Contracting Agency. 6- 09.3(10)A Survey of Existing Bridge Deck Prior to Scarification The third sentence of the fourth paragraph is revised to read: A Type 1 Working Drawing of each day's survey record shall be provided to the Engineer within three working days after the end of the shift. 6- 09.3(10)13 Establishing Finish Overlay Profile In the fourth sentence of the first paragraph, "approved by the Engineer" is revised to read "specified by the Engineer". In the second paragraph, the phrase "and as approved by the Engineer" is deleted. 6- 09.3(11) Placing Concrete Overlay In the fourth paragraph, the last sentence of item number 3 is revised to read: If the Contractor elects to work at night to meet these criteria, adequate lighting shall be provided at no additional expense to the Contracting Agency. 6 -09.4 Measurement The last paragraph is deleted and replaced with the following: City of Federal Way S 3041h St at 28th Ave S Page 61 RFB # 15 -004 2015 Further deck preparation for Type 1 deck repair and for Type 2 deck repair will be measured by the square foot of surface area of deck concrete removed in accordance with Section 6- 09.3(6). 6-09.5 Payment The Bid item "Further Deck Preparation ", per cubic foot and the paragraph following this Bid item are deleted and replaced with the following two new Bid items: "Further Deck Preparation for Type 1 Deck Repair", per square foot. "Further Deck Preparation for Type 2 Deck Repair", per square foot. The Bid item "Further Deck Preparation ", force account and the paragraph following this Bid item are deleted. 6- 10.AP6 Section 6 -10, Concrete Barrier January 5, 2015 6 -10.1 Description In the second paragraph, "approved" is revised to read "specified ". 6 -10.3 Construction Requirements In the first paragraph, "approved" is revised to read "specified ". 6- 10.3(5) Temporary Concrete Barrier The last sentence of the first paragraph is deleted. The second paragraph is revised to read: If the Contract calls for the removal and resetting of permanent barrier, and the permanent barrier is not required to remain in place until reset, the permanent barrier may be substituted for temporary concrete barrier. Any of the permanent barrier damaged during its use as temporary barrier will become the property of the Contractor and be replaced with permanent barrier when the permanent barrier is reset to its permanent location. The third paragraph is revised to read: All barrier shall be in good condition, without cracks, chips, spalls, dirt, or traffic marks. If any barrier segment is damaged during or after placement, the Contractor shall immediately repair it to the Engineer's satisfaction or replace it with an undamaged section. The following new paragraph is inserted after the third paragraph: Delineators shall be placed on the traffic face of the barrier 6 inches from the top and spaced a maximum of 40 feet on tangents and 20 feet through curves. The reflector color shall be white on the right side of traffic and yellow on the left side of traffic. The Contractor shall maintain, replace and clean the delineators when ordered by the Engineer. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 62 2015 6- 11.AP6 Section 6 -11, Reinforced Concrete Walls January 5, 2015 6- 11.3(1) Submittals The first paragraph is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of. excavation shoring plans in accordance with Section 2- 09.3(3)D. The second paragraph is revised to read: The Contractor shall submit Type 2E Working Drawings of falsework and formwork plans in accordance with Sections 6- 02.3(16) and 6- 02.3(17). The third paragraph (up until the colon) is revised to read: If the Contractor elects to fabricate and erect precast concrete wall stem panels, Type 2E Working Drawings of the following information shall be submitted in accordance with Section 6- 02.3(28)A: The last paragraph is deleted. 6- 11.3(3) Precast Concrete Wall Stem Panels In the third paragraph, the phrase "as approved by the Engineer" is deleted. 6- 12.AP6 Section 6 -12, Noise Barrier Walls January 5, 2015 6- 12.3(1) Submittals In the first paragraph, the second sentence is revised to read: The Contractor shall submit a Type 2 Working Drawing consisting of the noise barrier wall access plan. The second paragraph (up until the colon) is revised to read: For construction of all noise barrier walls with shafts, the Contractor shall submit a Type 2 Working Drawing consisting of the shaft construction plan, including at a minimum the following information: In the third paragraph, the first sentence is revised to read: For construction of precast concrete noise barrier walls, the Contractor shall submit Type 2 Working Drawings consisting of shop drawings for the precast concrete panels in accordance with Section 6- 02.3(28)A. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 63 2016 6- 12.3(2) Work Access and Site Preparation In the first paragraph, the first sentence is revised to read: The Contractor shall construct work access in accordance with the work access plan. 6- 12.3(3) Shaft Construction The first paragraph is revised to read: The Contractor shall excavate and construct the shafts in accordance with the shaft construction plan. In the last sentence of the third paragraph, "approved by the Engineer" is revised to read "acceptable to the Engineer". The fourth paragraph is revised to read: When caving conditions are encountered, the Contractor shall stop further excavation until implementing the method to prevent ground caving as specified in the shaft construction plan. In the last sentence of the fifth paragraph, "approved" is revised to read "accepted ". In the seventh paragraph, "approval" is revised to read "acceptance ". In the eighth paragraph, the third sentence is revised to read: The Contractor shall install the steel reinforcing bar cage as specified in the shaft construction plan. In the second sentence of the last paragraph, "approval" is revised to read "acceptance" In the fourth sentence of the last paragraph, the word "approved" is deleted. 6- 12.3(6) Precast Concrete Panel Fabrication and Erection In item number 3, the second paragraph is revised to read: After receiving the Engineer's review of the shop drawings, the Contractor shall cast one precast concrete panel to be used as the sample panel. The Contractor shall construct the sample panel in accordance with the procedure and details specified in the shop drawings. The Contractor shall make the sample panel available to the Engineer for acceptance. In item number 3, the first sentence of the third paragraph is revised to read: Upon receiving the Engineer's acceptance of the sample panel, the Contractor shall continue production of precast concrete panels for the noise barrier wall. In item number 3, the third sentence of the third paragraph is revised to read: The sample panel shall be retained at the fabrication site until all precast concrete panels have been fabricated and accepted. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave 8 Page 64 2015 n 1 6- 12.3(10) Finish Line Ground Dressing In the last sentence of the second paragraph, the phrase "as approved by the Engineer" is deleted. 6- 13.AP6 Section 6 -13, Structural Earth Walls January 5, 2015 6- 13.3(1) Quality Assurance In the first paragraph, the first sentence is revised to read: The structural earth wall manufacturer shall provide a qualified and experienced representative to resolve wall construction problems. In the first paragraph, the last sentence is revised to read: Recommendations made by the structural earth wall manufacturer's representative shall be followed by the Contractor. In the second paragraph, item number 4 is revised to read: 4. The base of the structural earth wall excavation shall be within three inches of the staked elevations, unless otherwise accepted or specified by the Engineer. In the second paragraph, item number 6 is revised to read: 6. The backfill reinforcement layers shall be located horizontally and vertically within one inch of the locations shown in the structural earth wall working drawings. 6- 13.3(2) Submittals In the first paragraph, the first sentence is revised to read: The Contractor, or the supplier as the Contractor's agent, shall furnish a Manufacturer's Certificate of Compliance certifying that the structural earth wall materials conform to the specified material requirements. The second paragraph is revised to read: A Type 1 Working Drawing of all test results, performed by the Contractor or the Contractor's supplier, which are necessary to assure compliance with the specifications, shall submitted along with each Manufacturer's Certificate of Compliance. In the third paragraph, the first sentence is revised to read: Before fabrication, the Contractor shall submit a Type 1 Working Drawing consisting of the field construction manual for the structural earth walls, prepared by the wall manufacturer. In the fourth paragraph, the first sentence is revised to read: City of Federal Way S 304th St at 281h Ave S Page 65 RFB # 15 -004 2015 The Contractor, through the license /patent holder for the structural earth wall system, shall submit Type 2E Working Drawings consisting of detailed design calculations and details. The last paragraph is deleted. 6- 13.3(3) Excavation and Foundation Preparation In the first paragraph, the last two sentences are revised to read: The foundation for the structure shall be graded level for a width equal to or exceeding the length of reinforcing as shown in the structural earth wall working drawings and, for walls with geogrid reinforcing, in accordance with Section 2 -12.3. Prior to wall construction, the foundation, if not in rock, shall be compacted as accepted by the Engineer. 6- 13.3(6) Welded Wire Faced Structural Earth Wall Erection The first two sentences are revised to read: The Contractor shall erect the welded wire wall reinforcement in accordance with the wall manufacturer's field construction manual. Construction geotextile for wall facing shall be placed between the backfill material within the reinforced zone and the coarse granular material immediately behind the welded wire wall facing, as shown in the Plans and the structural earth wall working drawings. 6- 13.3(7) Backfill The third paragraph is revised to read: Misalignment or distortion of the precast concrete facing panels or concrete blocks due to placement of backfill outside the limits of this specification shall be corrected in a manner acceptable to the Engineer. In item number 4 of the fifth paragraph, the phrase "as approved by the Engineer" is deleted The last paragraph is deleted. 6- 13.3(8) Guardrail Placement In the first sentence of the second paragraph, "approval" is revised to read "permission" 6- 13.3(9) SEW Traffic Barrier and SEW Pedestrian Barrier The first paragraph (up until the colon) is revised to read: The Contractor, in conjunction with the structural earth wall manufacturer, shall design and detail the SEW traffic barrier and SEW pedestrian barrier in accordance with Section 6- 12.3(2) and the above ground geometry details shown in the Plans. The barrier Working Drawings and supporting calculations shall be Type 2E and shall include, at a minimum, the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 66 2015 u 1 1 fl I6- 14.AP6 Section 6 -14, Geosynthetic Retaining Walls January 5, 2015 6 -14.2 Materials In the first paragraph, the section number next to "Anchor rods and associated nuts, washers and couplers" is revised to read: 9- 06.5(4) ' The following new paragraph is inserted after the first paragraph: Anchor plate shall conform to ASTM A 36, ASTM A 572 Grade 50, or ASTM A 588. i.6- 14.3(2) Submittals The first paragraph (up until the colon) is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of detailed plans for each wall. As a minimum, the submittals shall include the following: 6- 14.3(4) Erection and Backfill In the second sentence of the second paragraph, "approved by" is revised to read "acceptable to ". In the last sentence of the fifth paragraph, "approval' is revised to read "permission ". The sixth paragraph is deleted. In item number 5 in the eighth paragraph, the phrase "as approved by the Engineer" is deleted. In the ninth paragraph, the first sentence is revised to read: The Contractor shall construct wall corners at the locations shown in the Plans, and in accordance with the wall corner construction sequence and method in the Working Drawing submittal. In the last paragraph, the first sentence is revised to read: Where required by retaining wall profile grade, the Contractor shall terminate top layers of retaining wall geosynthetic and backfill in accordance with the method in the Working Drawing submittal. 6 -14.5 Payment In the paragraph following the Bid item "Concrete Fascia Panel', per square foot, "concrete leveling pad" is revised to read "concrete footing ". 1 1 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 67 2015 6- 15.AP6 I Section 6 -15, Soil Nail Walls January 15, 2015 6- 15.3(3) Submittals . ' The first paragraph (excluding the numbered list) is revised to read: The Contractor shall submit Type 2 Working Drawings of the following information: 6- 15.3(6) Soil Nailing In the first paragraph, the last sentence is revised to read: i Damaged or defective encapsulation shall be repaired in accordance with the manufacturer's recommendations. The eighth paragraph is revised to read: If sections of the wall are constructed at different times than the adjacent soil nail sections, the Contractor shall use stabilizing berms, temporary slopes, or other measures acceptable to the Engineer, to prevent sloughing or failure of the adjacent soil nail sections. 6- 15.3(8) Soil Nail Testing and Acceptance i In the first paragraph, the second sentence is revised to read: , The Contractor shall submit Type 1 Working Drawings of all test data. The last sentence of the seventh paragraph is revised to read: The Contractor shall submit Type 2E Working Drawings of the reaction frame. 6- 15.3(8)A Verification Testing In the third paragraph, the first sentence is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of design details of the verification testing, including the system for distributing test load pressures to the excavation surface and appropriate nail bar size and reaction plate. 6- 16.AP6 Section 6 -16, Soldier Pile and Soldier Pile Tieback Walls i January 5, 2015 6- 16.3(2) Submittals The first paragraph is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of shop plans as specified in Section 6- 03.3(7) for all structural steel, including the steel soldier piles, and shall submit Type 2 Working Drawings consisting of shop plans and other details as specified in Section 6- 17.3(3) for permanent ground anchors. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 68 2015 0 1� 1 1 1 1 1 The second paragraph is revised to read: The Contractor shall submit Type 1 Working Drawings consisting of the permanent ground anchor grout mix design and the procedures for placing the grout. The third paragraph (excluding the numbered list) is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of forming plans for the concrete fascia panels, as specified in Sections 6- 02.3(16) and 6- 02.3(17). In the fourth paragraph, the first sentence is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of a shaft installation plan. The last paragraph is deleted. 6- 16.3(3) Shaft Excavation In the third paragraph, the last sentence is revised to read: A temporary casing, slurry, or other methods specified in the shaft installation plan shall be used if necessary to ensure such safety and stability. The fourth paragraph is revised to read: Where caving in conditions are encountered, no further excavation will be allowed until the Contractor has implemented the method to prevent ground caving as submitted in accordance with item 4 of the Shaft Installation Plan. The sixth paragraph is revised to read: The excavated shaft shall be inspected and receive acceptance by. the Engineer prior to proceeding with construction. 6- 16.3(6)B Temporary Lagging The second paragraph (up until the colon) is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of the soldier pile wall lagging design details and supporting design calculations. The submittal shall include, at a minimum, the following: In item number 4 of the second paragraph, "approved by" is revised to read "acceptable to ". The last paragraph (excluding the table) is revised to read: Notwithstanding the requirements of Section 1 -06.1, steel materials used by the Contractor as temporary lagging may be salvaged steel provided that the use of such salvaged steel materials shall be subject to visual inspection and acceptance by the Engineer. For salvaged steel materials where the grade of steel cannot be positively identified, the design stresses for the steel shall conform to the Section 6- 02.3(17)B requirements for salvaged steel, regardless of whether rivets are present or not. City of Federal Way S 3041h St at 281h Ave S Page 69 RFB # 15 -004 2015 6- 16.3(6)D Installing Lagging and Permanent Ground Anchor In the last sentence of the second paragraph, the phrase "as approved by the Engineer" is deleted. In the last sentence of the fourth paragraph, the phrase "as approved by the Engineer" is deleted. 6- 16.3(8) Concrete Fascia Panel In the first paragraph, the phrase "as approved by the Engineer" is deleted. 6- 17.AP6 Section 6 -17, Permanent Ground Anchors January 6, 2016 6- 17.3(3) Submittals The first paragraph is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of details and structural design calculations for the ground anchor system or systems intended for use. The second paragraph is revised to read: The Contractor shall submit a Type 1 Working Drawing consisting of a detailed description of the construction procedure proposed for use. The third paragraph (up until the colon) is revised to read: The Contractor shall submit a Type 2 Working Drawing consisting of ground anchor schedule giving: In the fourth paragraph, the first sentence is revised to read: The Contractor shall submit a Type 2 Working Drawing detailing the ground anchor tendon and the corrosion protection system. In the fourth paragraph, item number 3 is revised to read: 3. Unbonded length corrosion protection system, including the permanent rubber seal between the trumpet and the tendon unbonded length corrosion protection and the transition between the tendon bond length and the unbonded tendon length corrosion protection. The last five paragraphs are deleted and replaced with the following four new paragraphs: The Contractor shall submit Type 2 Working Drawings consisting of shop plans as specified in Section 6- 03.3(7) for all structural steel, including the permanent ground anchors. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 70 2015 1 1 J C! 1 1 C Fi, fl 6- 17.3(5) Tendon Fabrication In the tenth paragraph, the last sentence is deleted. The twelfth paragraph is revised to read: The total anchor length shall not be less than that indicated in the Plans or the Working Drawing submittal. In the last paragraph, the phrase "as approved by the Engineer" is deleted. 6- 17.3(7) Installing Permanent Ground Anchor In the second paragraph, the third sentence is revised to read: The Contractor's method to prevent ground movement shall be submitted as a Type 2 Working Drawing. In the second paragraph, the second to last sentence is revised to read: At the point of entry the ground anchor shall be installed within plus or minus three degrees of the inclination from horizontal shown in the Plans or the Working Drawing submittal 6- 18.AP6 Section 6 -18, Shotcrete Facing January 5, 2015 6- 18.3(1) Submittals In the first paragraph, the first sentence (up until the colon) is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of the following: In the first paragraph, item number 2 is revised to read: 2. Method and equipment used to apply, finish and cure the shotcrete facing. The last paragraph is deleted. City of Federal Way S 3041h St at 281h Ave S Page 71 RFB # 15 -004 2015 The Contractor shall submit Type 1 Working Drawings consisting of the mix design for the grout conforming to Section 9- 20.3(4) and the procedures for placing the grout. The Contractor shall also submit the methods and materials used in filling the annulus over the unbonded length of the anchor. The Contractor shall submit Type 2 Working Drawings consisting of the method ' proposed to be followed for the permanent ground anchor testing. This shall include all necessary drawings and details to clearly describe the method proposed. The Contractor shall submit Type 2 Working Drawings consisting of calibration data for each load cell, test jack, pressure gauge and master pressure gauge to be used. The calibration tests shall have been performed by an independent testing laboratory and tests shall have been performed within 60 calendar days of the date submitted. fl 6- 17.3(5) Tendon Fabrication In the tenth paragraph, the last sentence is deleted. The twelfth paragraph is revised to read: The total anchor length shall not be less than that indicated in the Plans or the Working Drawing submittal. In the last paragraph, the phrase "as approved by the Engineer" is deleted. 6- 17.3(7) Installing Permanent Ground Anchor In the second paragraph, the third sentence is revised to read: The Contractor's method to prevent ground movement shall be submitted as a Type 2 Working Drawing. In the second paragraph, the second to last sentence is revised to read: At the point of entry the ground anchor shall be installed within plus or minus three degrees of the inclination from horizontal shown in the Plans or the Working Drawing submittal 6- 18.AP6 Section 6 -18, Shotcrete Facing January 5, 2015 6- 18.3(1) Submittals In the first paragraph, the first sentence (up until the colon) is revised to read: The Contractor shall submit Type 2 Working Drawings consisting of the following: In the first paragraph, item number 2 is revised to read: 2. Method and equipment used to apply, finish and cure the shotcrete facing. The last paragraph is deleted. City of Federal Way S 3041h St at 281h Ave S Page 71 RFB # 15 -004 2015 6- 18.3(2) Mix Design I In the first paragraph, the second and third sentences are deleted. In the last sentence of the second paragraph, "and approved by the Engineer" is deleted. 6- 18.3(3)A Preproduction Testing In the last sentence, "approved" is revised to read "accepted ". 6- 18.3(7) Shotcrete Application In the last paragraph, the first sentence is revised to read: If field inspection or testing, by the Engineer, indicates that any shotcrete produced, fails to meet the requirements, the Contractor shall immediately modify procedures, equipment, or system, as necessary to produce specification material. 6- 19.AP6 Section 6 -19, Shafts April 6, 2015 r 6- 19.3(2) Shaft Construction Submittal The last sentence is revised to read: The submittals shall be Type 2 Working Drawings, except the shaft slurry technical assistance submittal shall be Type 1. 6- 19.3(3) Shaft Excavation In the first paragraph, the phrase "as approved by the Engineer" is deleted. 6- 19.3(3)64 Temporary Telescoping Shaft Casing In the first paragraph, the first sentence of item number 1 is revised to read: The Contractor shall submit the request to use temporary telescoping casing as a Type 2 Working Drawing. 6-19.3(3)D Bottom of Shaft Excavation In the first sentence of the second paragraph, "approved" is revised to read "accepted ". 6-19.3(3)E Shaft Obstruction In the last sentence, "approved" is revised to read "accepted"., 6- 19.3(3)F Voids Between Permanent Casing and Shaft Excavation In the last sentence, the words "and as approved by the Engineer" are deleted. 6- 19.3(3)G Operating Shaft Excavation Equipment From an Existing Bridge The second sentence is revised to read: 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 permit operation of drilling equipment on a bridge. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 72 2015 1 1 0 r LJ 17 E i 6- 19.3(3)H Seals for Shaft Excavation in Water The first paragraph is revised to read: When shafts are constructed in water and the Plans show a seal between the casing shoring and the upper portion of the permanent casing of the shaft, the Contractor shall construct a seal in accordance with the shaft installation narrative specified in Section 6- 19.3(2)B Item 7. The last sentence of the last paragraph is revised to read: If the Contractor uses a casing shoring diameter other than that specified in the Plans, the Contractor shall submit a revised seal design in accordance with Section 6- 19.3(2)B Item 7. 6- 19.3(4)C Slurry Sampling and Testing The second to last sentence of the first paragraph is revised to read: Synthetic slurry shall conform to Section 9- 36.2(2), the quality control plan included in the shaft installation narrative in accordance with Section 6- 19.3(2)B Item 4. The second sentence of the second paragraph is revised to read: These records shall be submitted as a Type 1 Working Drawing once the slurry system has been established in the first drilled shaft on the project. 6- 19.3(4)E Maintenance of a Stable Shaft Excavation In the last sentence of the first paragraph, "approval' is revised to read "review". 6- 19.3(4)F Disposal of Slurry and Slurry Contacted Spoils This section is revised to read: The Contractor shall manage and dispose of the slurry wastewater in accordance with Section 8- 01.3(1)C. Slurry- contacted spoils shall be disposed of as specified in the shaft installation narrative in accordance with Section 6- 19.3(2)B, item 8, and in accordance with the following requirements: 1. Uncontaminated spoils in contact with water -only slurry may be disposed of as clean fill. 2. Uncontaminated spoils in contact with water slurry mixed with flocculants approved in Section 8- 01.3(1)C3 may be disposed of as clean fill away from areas that drain to surface waters of the state. 3. Spoils in contact with synthetic slurry or water slurry with polymer -based additives or flocculants not approved in Section 8- 01.3(1)C3 shall be disposed of in accordance with Section 2- 03.3(7)C. With permission of the Engineer, the Contractor may re -use these spoils on -site. 4. Spoils in contact with mineral slurry shall be disposed of in accordance with Section 2- 03.3(7)C. With permission of the Engineer, the Contractor may re -use these spoils on -site. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 73 2015 6- 19.3(5)A Steel Reinforcing Bar Cage Assembly In the second to last sentence of the first paragraph, the phrase "as approved by the Engineer" is deleted. 6- 19.3(5)D Steel Reinforcing Bar Cage Support at Base of Shaft Excavation The first sentence is revised to read: For shafts with temporary casing within 15 -feet of the bottom of shaft elevation as specified in the Plans, the Contractor may place quarry spalls or other rock backfill acceptable to the Engineer into the shaft below the specified bottom of shaft elevation as a means to support the steel reinforcing bar cage, provided that the materials and means to accomplish this have been addressed by the shaft installation narrative, as specified in Section 6- 19.3(2)B Item 9. 6- 19.3(6)C Care for CSL Access Tubes From Erection Through CSL Testing In the last sentence, "as approved by the Engineer" is revised to read "acceptable to the Engineer". 6- 19.3(8)C Requirements for Leaving Temporary Casing in Place Item number 1 (up until the colon) is revised to read: 1. The Contractor shall submit a Type 2E Working Drawing of the following information: In item C of item number 1, the phrase "in accordance with Section 6- 01.9" is deleted. Item number 2 is deleted. 6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of First Shaft This section is revised to read: Except as otherwise noted, the Contractor shall not commence subsequent shaft excavations until receiving the Engineer's acceptance of the first shaft, based on the results and analysis of the crosshole sonic log testing for the first shaft. The Contractor may commence subsequent shaft excavations prior to receiving the Engineer's acceptance of the first shaft, provided the following condition is satisfied: The Engineer permits continuing with shaft construction based on the Engineer's observations of the construction of the first shaft, including, but not limited to, conformance to the shaft installation narrative in accordance with Section 6- 19.3(2)6, and the Engineer's review of Contractor's daily reports and Inspector's daily logs concerning excavation, steel reinforcing bar placement, and concrete placement. 6- 19.3(9)F Contractor's Investigation and Remedial Action Plan This section is revised to read: For all shafts determined to be unacceptable, the Contractor shall submit a Type 2 Working Drawing consisting of a plan for further investigation or remedial action. All modifications to the dimensions of the shafts, as shown in the Plans, required by the investigation and remedial action plan shall be supported by calculations and working City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 74 2015 0 L� C' 1 u 1 n drawings. All investigation and remedial correction procedures and designs shall be submitted. 6- 19.3(9)H Cored Holes The first sentence of the second paragraph is revised to read: 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 concrete. 8- 01.AP8 Section 8 -01, Erosion Control and Water Pollution Control January 5, 2015 8-01.2 Materials This section is supplemented with the following new paragraph: For all seed the Contractor shall furnish the Engineer with the following documentation: 1. The state or provincial seed dealer license and endorsements. 2. Copies of Washington State Department of Agriculture (WSDA) test results on each lot of seed. Test results must be within six months prior to the date of application. 8- 01.3(1)A Submittals The first sentence in the second paragraph is revised to read: Modified TESC Plans shall meet all requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109. 8- 01.3(1)C Water Management Items number 1 through 3 are deleted. This section is supplemented with the following new subsections: 8- 01.3(1)C1 Disposal of Dewatering Water When uncontaminated groundwater with a pH range of 6.5 — 8.5 is encountered in an excavation, it may be disposed of as follows: 1. When the turbidity of the groundwater is 25 NTU or less, it may bypass detention and treatment facilities and be discharged into the stormwater conveyance system at a rate that will not cause erosion or flooding in the receiving surface water body. 2. When the turbidity of the groundwater is not more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the same detention and treatment facilities as used to treat the site runoff may be used. City of Federal Way S 304th St at 28th Ave S Page 75 RFB # 15 -004 2015 3. When the turbidity of the groundwater is more than 25 NTU above or 125% of the turbidity of the site stormwater runoff, whichever is greater, the groundwater shall be treated separately from the site stormwater. Alternatively, the Contractor may pursue independent disposal and treatment alternatives that do not use the stormwater conveyance system. 8- 01.3(1)C2 Process Wastewater Wastewater generated on -site as a byproduct of a construction process shall not be discharged to surface waters of the State. Some sources of process wastewater may be infiltrated in accordance with the NPDES Construction Stormwater General Permit. 8- 01.3(1)C3 Shaft Drilling Slurry Wastewater Wastewater generated on -site during shaft drilling activity shall be managed and disposed of in accordance with the requirements below. No shaft drilling slurry wastewater shall be discharged to surface waters of the State. Neither the sediment nor liquid portions of the shaft drilling slurry wastewater shall be contaminated, as detectable by visible or olfactory indication (e.g., chemical sheen or smell). Water -only shaft drilling slurry or water slurry with approved flocculants may be infiltrated on -site. Flocculants used shall meet the requirements of Section 9- 14.5(1) or shall be chitosan products listed as General Use Level Designation (GULD) on the Department of Ecology's stormwater treatment technologies webpage for construction treatment. Infiltration is permitted if the following requirements are met: a. Wastewater shall have a pH of 6.5 — 8.5 prior to discharge. b. The source water meets drinking water standards or the Groundwater Quality Criteria listed in WAC 173 - 200 -040. c. The amount of flocculant added to the slurry shall be kept to the minimum needed to adequately settle out solids. The-flocculant shall be thoroughly mixed into the slurry. d. Infiltration locations shall be at least 100 feet away from surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well -head protection areas. Before infiltration begins, there shall be a minimum of 5 feet of unsaturated soil between the soil surface receiving the wastewater for infiltration and the groundwater surface (i.e., saturated soil). e. The slurry removed from the shaft shall be contained in a leak proof cell or tank for a minimum of 3 hours. Within a 24 hour period, a maximum of 21,000 gallons of slurry wastewater may be infiltrated in an infiltration location. The infiltration rate shall be reduced if needed to prevent wastewater from leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the ground must fully infiltrate and discharges must stop before the end of each work day. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 76 2015 1 C fl L CI r� g. After infiltration activity is complete, loose sediment in the infiltration location that may have resulted from the infiltration activity or the removal of BMPs used to manage infiltration activity shall be stabilized to prevent mobilization by stormwater runoff. 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. L Infiltration locations shall be marked on the-on-site temporary erosion and sediment control (TESC) plan sheets before the infiltration activity begins. j. Prior to infiltrating water -only shaft drilling slurry or water slung with approved flocculants, the Contractor shall submit a Shaft Drilling Slurry Wastewater Management and Infiltration Plan as a Type 2 Working Drawing. This Plan shall be kept on -site, adapted if needed to meet the construction requirements, and updated to reflect what is being done in the. field. The Working Drawing shall include, at a minimum, the following information: Plan sheet showing the proposed infiltration location and all surface waters, wells, on -site sewage systems, aquifer- sensitive recharge areas, sole source aquifers, and well -head protection areas within 150 feet. The proposed elevation of soil surface receiving the wastewater for infiltration and the anticipated phreatic surface (i.e., saturated soil). iii. The source of the water used to produce the slurry. iv. The estimated total volume of wastewater to be infiltrated. v. The approved flocculant to be used (if any). vi. The controls or methods (e.g., trenches, traps, berms, silt fence, dispersion, or discharge metering devices) that will be used to prevent surface wastewater runoff from leaving the infiltration location. The Working Drawing shall include all pertinent design details (e.g., sizing of trenches or traps, placement or height of berms, application techniques) needed to demonstrate the proposed controls or methods are adequate to prevent surface wastewater runoff from leaving the infiltration location. vii. The strategy for removing slurry wastewater from the shaft and containing the slurry wastewater once it has been removed from the shaft. viii. The strategy for monitoring infiltration activity and adapting methods to ensure compliance. ix. A contingency plan that can be implemented immediately if it becomes evident that the controls in place or methods being used are not adequate. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 77 2015 x. The strategy for cleaning up the infiltration location after the infiltration activity is done. Cleanup shall include stabilizing any loose sediment on the surface within the infiltration area generated as a byproduct of suspended solids in the infiltrated wastewater or soil disturbance associated with BMP placement and removal. 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives not approved for infiltration shall be contained and disposed of by the Contractor at an approved disposal facility in accordance with Section 2- 03.3(7)C. Spoils that have come into contact with mineral slurry shall be disposed of in accordance with Section 6- 19.3(4)F. 8- 01.3(1)C4 Management of Off -Site Water Prior to disruption of the normal watercourse, the Contractor shall intercept the off -site surface water and pipe it either through or around the project site. This water shall not be combined with on -site stormwater. It shall be discharged at its preconstruction outfall point in such a manner that there is no increase in erosion below the site. The Contractor shall submit a Type 2 Working Drawing consisting of the method for performing this Work. 8- 01.3(2)A Preparation for Application This section's content is deleted and replaced with the following two new subsections: 8- 01.3(2)A1 Seeding Areas to be cultivated are shown -in the Plans or specified in the Special Provisions. The areas shall be cultivated to the depths specified to provide a reasonably firm but friable seedbed. Cultivation shall take place no sooner than 2 weeks prior to seeding. All areas'to be seeded, including excavated slopes shall be compacted and prepared unless otherwise specified or ordered by the Engineer. A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. Prior to seeding, the finished grade of the soil shall be 1 inch below the top of all curbs, junction and valve boxes, walks, driveways, and other Structures. The soil shall be in a weed free and bare condition. All bags of seed shall be brought to the site in sealed bags and shall have seed labels attached showing the seed meets the Specifications. Seed which has become wet, moldy, or otherwise damaged in transit or storage will not be accepted. - 8- 01.3(2)A2 Temporary Seeding A cleated roller, crawler tractor, or similar equipment that forms longitudinal depressions at least 2 inches deep shall be used for compaction and preparation of the surface to be seeded. The entire area shall be uniformly covered with longitudinal depressions formed perpendicular to the natural flow of water on the slope. The soil shall be conditioned City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 78 2015 n L C 1 1-1 1� 1 with sufficient water so the longitudinal depressions remain in the soil surface until completion of the seeding. 8- 01.3(2)B Seeding and Fertilizing In the list in the second paragraph, item numbers 1 -5 are revised to read: 1. A hydro seeder that utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 2. Blower equipment with an adjustable disseminating device capable of maintaining a constant, measured rate of material discharge that will ensure an even distribution of seed at the rates specified. 3. Helicopters properly equipped for aerial seeding. 4. Power -drawn drills or seeders. 5. Areas in which the above methods are impractical may be seeded by hand methods. 8- 01.3(2)C Liming This section including title is deleted in its entirety and replaced with the following: 8- 01.3(2)C Vacant 8- 01.3(2)D Mulching The first sentence of the second paragraph is revised to read: Distribution of straw mulch material shall be by means that utilizes forced air to blow mulch material on seeded areas. 8- 01.3(11) Outlet Protection In the last sentence, "Section 9- 13.6" is revised to read "Section 9- 13.1(5) ". 8 -01.4 Measurement In the twelfth paragraph, "liming" is deleted. 8 -01.5 Payment The bid item "Liming ", per acre is deleted. 8- 02.AP8 Section 8 -02, Roadside Restoration January 5, 2015 8- 02.3(1) Responsibility During Construction The last sentence of the second paragraph is revised to read: City of Federal Way S 304th St at 28th Ave S �!D Page 79 RFB # 15 -004 2015 This Work shall include keeping the planted and seeded areas free from insect infestation, weeds or unwanted vegetation, litter, and other debris along with retaining the finished grades and mulch in a neat uniform condition. 8- 02.3(2) Roadside Work Plan This section's title is revised to read: Work Plans This section's content is deleted in its entirety and replaced with the following new subsections: 8- 02.3(2)A Roadside Work Plan Before starting any Work that disturbs the earth and as described in Sections 8 -01, 8 -02 and 8 -03, the Contractor shall submit a roadside work plan. The roadside work plan shall be submitted as a Type 1 Working Drawing and shall define the Work necessary to provide all Contract requirements, including: wetland excavation, soil preparation, habitat structure placement, planting area preparation, seeding area preparation, bark mulch and compost placement, seeding, planting, plant replacement, irrigation, and weed control in narrative form. The Roadside Work Plan shall also include a copy of the approved progress schedule 8- 02.3(2)B Weed and Pest Control Plan The Weed and Pest Control Plan shall be submitted as a Type 1 Working Drawing. The weed and pest control plan shall include scheduling and methods of all control measures required under the Contract or proposed by the Contractor including soil preparation methods to meet the required soil surface conditions in the planting, bark mulch, and wetland areas. The weed control plan shall show general weed control including hand, mechanical and chemical methods, timing, application of herbicides including type, rate, use and timing, mowing, and noxious weed control. Target weeds and unwanted vegetation to be removed shall be identified and listed in the weed control plan. The plan shall be prepared and signed by a licensed Commercial Pest Control Operator or Consultant when chemical pesticides are proposed. The plan shall include methods 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 furnish the Engineer with a copy of the current product label for each pesticide and spray adjuvant to be used. These product labels shall be submitted with the weed control plan for approval. 8- 02.3(2)C Plant Establishment Plan The Plant Establishment Plan shall be prepared in accordance with the requirements of Section 8- 02.3(13) and submitted as a Type 1 Working Drawing. The Plan shall show the proposed scheduling of activities, materials, equipment to be utilized for the first - year plant establishment, and an emergency contact person. The Plan shall include the management of the irrigation system, when applicable. Should the plan become unworkable at any time during the first -year plant establishment, the Contractor shall submit a revised plan prior to proceeding with further Work. City of Federal Way S 304th St at 28th Ave S Page 80 RFB # 15 -004 2015 1 1 1 r. r 1 8- 02.3(3) Weed and Pest Control This section is supplemented with the following new paragraph: Grass, including grass applied in accordance with Section 8 -01, growing within the mulch ring of a plant shall be considered a weed and be controlled on the project in accordance with the weed and pest control plan. 8- 02.3(4) Topsoil The last sentence of the first paragraph is revised to read: After the topsoil has been spread, all large clods, hard lumps, and rocks 2 inches in diameter and larger, and litter shall be raked up, removed, and disposed of by the Contractor. The following new paragraph is inserted after the first paragraph: Topsoil stockpiled for project use shall be protected to prevent erosion and weed growth. Weed growth on topsoil stockpile sites shall be immediately eliminated in accordance with the approved Weed and Pest Control Plan. 8- 02.3(4)C Topsoil Type C The last sentence is revised to read: Topsoil Type C shall meet the requirements of Sections 8- 02.3(4), 8- 02.3(4)B, and 9- 14.1(3). 8- 02.3(12) Completion of Initial Planting Item number 4 in the last paragraph is deleted. 8- 02.3(13) Plant Establishment The first sentence of the second paragraph is deleted. The second paragraph is su supplemented with the following new sentence: Pp 9 The 1 calendar year shall be extended an amount equal to any periods where the Contractor does not comply with the plant establishment plan. The first sentence of the fourth paragraph is revised to read: During the first year of plant establishment under PSIPE (Plant Selection Including Plant Establishment), the Contractor shall meet monthly with the Engineer for the purpose of joint inspection of the planting material on a mutually agreed upon schedule. The last•two paragraphs are deleted. 8 -02.4 Measurement This section is supplemented with the following: Plant selection will be measured per each. PSIPE _ (Plant Selection Including Plant Establishment) will be measured per each. City of Federal Way RFB # 15 -004 S 304th St at 281h Ave S Page 81 2015 8-02.5 Payment I The paragraph following the bid item "Topsoil Type ", per acre is revised to read: The unit Contract price per acre for "Topsoil Type " shall be full payment for all costs for the specified Work. The bid item "PSIPE ", per each and the paragraph following the bid item are revised to read: "PSIPE ` ", per each. The unit Contract price for "Plant Selection + ", per each, and "PSIPE = , per each, shall be full pay for all Work necessary for weed control within the planting area, planting area preparation, fine grading, planting, cultivating, plant storage and protection, fertilizer and root dip, staking, cleanup, and water necessary to complete planting operations as specified to the end of first year plant establishment. The bid item "Plant Establishment - Year" is deleted. 8- 04.AP8 Section 8-04, Curbs, Gutters, and Spillways January 5, 2015 8 -04.2 Materials The referenced section for the following item is revised to read: Hand Placed Riprap 9- 13.1(4) 8- 04.3(1) - Cement Concrete Curbs, Gutters, and Spillways The first sentence in the fourth paragraph is revised to read: Expansion joints in the curb or curb and gutter shall be spaced as shown in the Plans, and placed at the beginning and ends of curb returns, drainage Structures, bridges, and cold joints with existing curbs and gutters. In the third sentence of the fourth paragraph, "'/-inch" is revised to read "%Anch ". 8- 04.3(1)A Extruded Cement Concrete Curb The second sentence in the second paragraph is revised to read: Cement concrete curbs shall be anchored to the existing pavement by placing steel reinforcing bars 1 foot on each side of every joint. The third paragraph is revised to read: Steel reinforcing bars shall meet the dimensions shown in the Standard Plans. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 82 2015 8- 09.AP8 Section 8 -09, Raised Pavement Markers April 7, 2014 8- 09.3(6) Recessed Pavement Marker The following sentence is inserted after the first sentence of the first paragraph: The Contractor shall ensure that grinding of the pavement does not result in any damage, (e.g. chipping, spalling or raveling) to the pavement to remain. 8- 11.AP8 Section 8 -11, Guardrail April 7, 2014 8- 11.3(1) Beam Guardrail After the below Amendments to 8- 11.3(1)F and 8- 11.3(1)G are applied, this section is supplemented with the following new sub - section: 8- 11.3(1)F Removing and Resetting Beam Guardrail The Contractor shall remove and reset existing guardrail posts, rail element, hardware and blocks to the location shown in the Plans. The mounting height of reset rail element shall be at the height shown in the Plans. The void caused by the removal of the post shall be backfilled and compacted. 8- 11.3(1)G 8- 11.3(1)G Guardrail Construction Exposed to Traffic This section number is revised to: 8- 11.3(1)H City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 83 2015 The Contractor shall remove and replace any existing guardrail posts and blocks that are not suited for re -use, as staked by the Engineer. The void caused by the removal of the post shall be backfilled and compacted. The Contractor shall then furnish and install a new guardrail post to provide the necessary mounting height. 8- 11.3(1)A Erection of Posts The second paragraph in this section is deleted. 8- 11.3(1)C Terminal and Anchor Installation The last sentence in the last paragraph is deleted. 8- 11.3(1)F Plans This section number is revised to: 8- 11.3(1)G 8- 11.3(1)G Guardrail Construction Exposed to Traffic This section number is revised to: 8- 11.3(1)H City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 83 2015 8- 18.AP8 I Section 8 -18, Mailbox Support August 4, 2014 8- 18.3(1) Type 3 Mailbox Support In the third paragraph, the first sentence is revised to read: With the Engineer's consent, a Type 3 Mailbox Support design, made of steel or other durable material, that meets the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria may be used in place of the design shown in the Standard Plans. 8- 20.AP8 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ` April 6, 2016 8- 20.2(1) Equipment List and Drawings The second sentence of the second paragraph is revised to read: Supplemental data would include such items as catalog cuts, product Specifications, shop drawings, wiring diagrams, etc. The third paragraph (up until the colon) is revised to read: If the luminaires are not listed in the Qualified Products List, the Contractor shall submit the following information for each different type of luminaire required on the Contract: The fourth paragraph (up until the colon) is revised to read: The Contractor shall submit for approval Type 3E Working Drawings in accordance with Section 1 -05.3 for each of the following types of standards called for on this project: The fifth ara ra h is revised to read: P g P The Contractor will not be required to submit shop drawings for approval for light standards and traffic signal standards conforming to the preapproved plans listed in the 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. 8- 20.3(1) General The following six new paragraphs are inserted after the second paragraph: If a portion of an existing communication conduit system is damaged due to the Contractor's activities, the affected system shall be restored to original condition. Conduit shall be repaired. Communication cables shall be replaced and the communication system shall be made fully operational within 24 hours of being damaged. J City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 84 2015 Damaged communication cable shall be replaced between existing termination or splice points. No additional termination or splice points will be allowed. An existing termination or splice point is defined as a location where all existing fiber strands or twisted pair wires are terminated or spliced at one point. Communication cable shall be defined as either copper twisted pair or fiber optic cables. The Contractor may use temporary splices to restore Contracting Agency communication systems until the permanent communication cable system is restored. When damage to an existing communication system has occurred, the Contractor shall perform the following in addition to other restoration requirements: 1. Inspect the communication raceway system including locate wire or tape to determine the extent of damage. 2. Contact the Engineer for Fiber Optic Cable and Twisted Pair (TWP) Copper Cable acceptance testing requirements and communication system restoration requirements. fl 1 Every conductor at every wire termination, connector, or device shall have an approved wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. 8= 20.3(13)A Light Standards In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. In the fourth paragraph, the second sentence of item number 1 is revised to read: City of Federal Way S 304th St at 28th Ave S Page 85 RFB # 15 -004 2015 3. Initially perform the acceptance tests to determine the extent of damage and also perform the acceptance tests after repairs are completed. Provide written certification that the communication cable system, including the locate wire or 1 tape, is restored to test standard requirements. Communication cables shall be restored by Contractor personnel that are WSDOT prequalified for communication installation work. Restoration shall be considered electrical work when the path of the communication system interfaces with electrical systems. Electrical work of this nature shall be performed by Contractor personnel that are WSDOT prequalified for work on both electrical and communication systems. If the Contractor or Subcontractors are unable or unqualified to complete the restoration work, the Engineer may have the communication or electrical systems restored by other means and subtract the cost from the money that will be or is due the Contractor. When field repair of existing conduit, innerduct or outerduct is required, the repair kits shall be installed per manufacturer's recommendations. Repair kits and each connection point between the repair kit and the existing raceway system shall be sealed to prevent air leakage during future cable installation. 8- 20.3(8) Wiring The second sentence in the eleventh paragraph is revised to read: fl 1 Every conductor at every wire termination, connector, or device shall have an approved wire marking sleeve bearing, as its legend, the circuit number indicated in the Contract. 8= 20.3(13)A Light Standards In the third paragraph, the last sentence of item number 1 is revised to read: Conduit shall extend a maximum of 1 inch above the top of the foundation, including grounding end bushing or end bell bushing. In the fourth paragraph, the second sentence of item number 1 is revised to read: City of Federal Way S 304th St at 28th Ave S Page 85 RFB # 15 -004 2015 Conduits shall be cut to a maximum height of 2 inches above the foundation including grounding end bushing or end bell bushing. 8- 21.AP8 Section 8 -21, Permanent Signing April 6, 2015 8- 21.3(9)F Foundations The first sentence of the first paragraph is revised to read: The excavation and backfill shall conform to the requirements of Section 2 -09.3 8- 22.AP8 Section 8 -22, Pavement Marking April 6, 2015 8- 22.3(6) Removal of Pavement Markings The second and third sentences of the first paragraph are revised to read: Grinding to remove pavement markings is allowed prior to application of a Bituminous Surface Treatment. Grinding to remove pavement marking from hot mix asphalt and cement concrete pavements is allowed to a depth just above the pavement surface, then water blasting or shot blasting shall be required to remove the remaining markings. 8- 23.AP8 Section 8 -23, Temporary Pavement Markings January 5, 2015 This section's content is deleted in its entirety and replaced with the following new sub- sections: 8 -23.1 Description The Work consists of furnishing, installing, and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the Plans; for all lane shifts and detours resulting from construction activities; or when permanent markings are removed because of construction operations. 8 -23.2 Materials Materials for temporary markings shall be paint, plastic, tape, raised pavement markers or flexible raised pavement markers. Materials for pavement markings shall meet the following requirements: Raised Pavement Markers 9 -21 Temporary Marking Paint 9- 34.2(6) Plastic 9 -34.3 Glass Beads for Pavement Marking Materials 9 -34.4 Temporary Pavement Marking Tape 9 -34.5 Temporary Flexible Raised Pavement Markers 9 -34.6 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 86 2015 8- 23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 87 2015 8.23.3 Construction Requirements 8- 23.3(1) General The Contractor shall select the type of pavement marking material in accordance with the Contract. 8- 23.3(2) Preliminary Spotting All preliminary layout and marking in preparation for application or removal of temporary pavement markings shall be the responsibility of the Contractor. 8- 23.3(3) Preparation of Roadway Surface Surface preparation for temporary pavement markings shall be in accordance with the manufacturer's recommendations. 8- 23.3(4) Pavement Marking Application 8- 23.3(4)A Temporary Pavement Markings — Short Duration Temporary pavement markings — short duration shall meet the following requirements: Temporary Center Line — A BROKEN line used to delineate adjacent lanes of traffic moving in opposite directions. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Temporary Edge Line — A SOLID line used on the edges of Traveled Way. The line shall be continuous if paint or tape is used. If temporary raised pavement markers are used, the line shall consist of markers installed continuously at 5 -foot spacing. Temporary Lane Line —A BROKEN line used to delineate adjacent lanes with traffic traveling in the same direction. The broken pattern shall be based on a 40 -foot unit, consisting of a 4 -foot line with a 36 -foot gap, if paint or tape is used. If temporary raised pavement markers are used, the pattern shall be based on a 40 -foot unit, consisting of a grouping of three temporary raised pavement markers, each spaced 3 feet apart, with a 34 foot gap. Lane line and e right edge line shall be white in color. Center line and left edge 9 9 9 line shall be yellow in color. Edge lines shall be installed only if specifically required in the Contract. All temporary pavement markings shall be retroreflective. 8- 23.3(4)A1 Temporary Pavement Marking Paint Paint used for short duration temporary pavement markings shall be applied in one application at a thickness of 15 mils or 108 square feet per gallon. Glass beads shall be in accordance with Section 8- 22.3(3)G. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 87 2015 8- 23.3(4)A2 Temporary Pavement Marking Tape Application of temporary pavement marking tape shall be in conformance with the manufacturer's recommendations. Black mask pavement marking tape shall mask the existing line in its entirety. 8-23.3(4)A3 Temporary Raised Pavement Markers Temporary raised pavement markers are not allowed on bituminous surface treatments. 8- 23.3(4)A4 Temporary Flexible Raised Pavement Markers Flexible raised pavement markers are required for new applications of bituminous surface treatments. Flexible raised pavement markers are not allowed on other pavement types unless otherwise specified or approved by the Engineer. Flexible raised pavement markers shall be installed with the protective cover in place. The cover shall be removed immediately after spraying asphaltic material. 8- 23.3(4)B Temporary Pavement Markings — Long Duration Application of paint, pavement marking tape and plastic for long duration pavement markings shall meet the requirements of Section 8- 22.3(3); application of raised pavement markers shall meet the requirements of Section 8 -09.3; and application of flexible pavement markings shall be in conformance with the manufacturer's recommendations. 8- 23.3(4)C Tolerance for Lines Tolerance for lines shall conform to Section 8- 22.3(4). 8- 23.3(4)D Maintenance of Pavement Markings Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent pavement markings are installed. As directed by the Engineer; temporary pavement markings that are damaged, including normal wear by traffic, shall be repaired or replaced immediately. Repaired and replaced pavement markings shall meet the requirements for the original pavement marking. 8- 23.3(4)E Removal of Pavement Markings Removal of temporary paint is not required prior to paving; all other temporary pavement markings shall be removed. 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 permanent markings shall be completely removed concurrent with or immediately subsequent to the construction of the permanent pavement markings. Temporary flexible raised pavement markers on bituminous surface treatment pavements shall be cut off flush with the surface if their location conflicts with the alignment of the permanent pavement markings. All other temporary pavement markings shall be removed in accordance with Section 8- 22.3(6). City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 88 2015 All damage to the permanent Work caused by removing temporary pavement markings shall be repaired by the Contractor at no additional cost to the Contracting Agency. 8 -23.4 Measurement Temporary pavement markings will be measured by the linear foot of each installed line or grouping of markers, with no deduction for gaps in the line or markers and no additional measurement for the second application of paint required for tong duration paint lines. Short duration and long duration temporary pavement markings will be measured for the initial installation only. 8 -23.5 Payment Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal: "Temporary Pavement Marking — Short Duration ", per linear foot. "Temporary Pavement Marking — Long Duration ", per linear foot. "Temporary The unit Contract price per linear foot for Pavement Marking — Short Duration" and "Temporary Pavement Marking — Long Duration" shall be full pay for all Work. 9- 01.AP9 Section 9 -01, Portland Cement January 5, 2015 9- 01.2(3) Low Alkali Cement This section is revised to read: When low alkali portland cement is required, the percentage of alkalies in the cement shall not exceed 0.60 percent by weight calculated as Na20 plus 0.658 K20. This limitation shall apply to all types of portland cement. 9- 01.2(4) Blended Hydraulic Cement The first paragraph is revised to read: Blended hydraulic cement shall be either Type IP(X)(MS) or Type IS(X)(MS) cement conforming to AASHTO M 240 or ASTM C 595, except that the portland cement used to produce blended hydraulic cement shall not contain more than 0.75 percent alkalies by weight calculated as Na20 plus 0.658 K20 and shall meet the following additional requirements: 1. Type IP(X)(MS) - Portland- Pozzolan Cement where (X) equals the targeted percentage of fly ash, the fly ash is limited to a maximum of 35 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance. 2. Type IS(X)(MS) - Portland Blast- Furnace Slag Cement, where: (X) equals the targeted percentage of ground granulated blast- furnace slag, the ground granulated blast furnace slag is limited to a maximum of 50 percent by weight of the cementitious material; (MS) indicates moderate sulfate resistance. City of Federal Way RFB # 15 -004 S 3041h St at 28th Ave S Page 89 2015 The first sentence of the second paragraph is revised to read: The source and weight of the fly ash or ground granulated blast- furnace slag shall be certified on the cement mill test report or cement certificate of analysis and shall be reported as a percent by weight of the total cementitious material. 9-01.3 Tests and Acceptance The first paragraph is revised to read: Cement may be accepted by the Engineer based on the cement mill test report number or cement certificate of analysis number indicating full conformance to the Specifications. All shipments of the cement to the Contractor or concrete supplier shall identify the applicable cement mill test report number or cement certificate of analysis number and shall be provided by the Contractor or concrete supplier with all concrete deliveries. The second paragraph is revised to read: Cement producers /suppliers that certify portland cement or blended cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. 9-01.4 Storage on the Work Site This section is revised to read: At the request of the Engineer, the Contractor shall provide test data to show that cement stored on site for longer than 60 days meets the requirements of 9 -01. Tests shall be conducted on samples taken from the site in the presence of the Engineer. Test results that meet the requirements of 9 -01 shall be valid for 60 days from the date of sampling, after which the Engineer may require further testing. 9- 02.AP9 Section 9 -02, Bituminous Materials April 6, 2015 9- 02.1(4) Performance Graded Asphalt Binder (PGAB) The first paragraph is supplemented with the following: For HMA with greater than 20 percent RAP by total weight of HMA or any amount of RAS the new asphalt binder, recycling agent and recovered asphalt (RAP and /or RAS) when blended in the proportions of the mix design shall meet the PGAB requirements of AASHTO M 320 Table 1 for the grade of asphalt binder specified by the Contract. This section is supplemented with the following: The recycling agent used to rejuvenate the recovered asphalt from recycled asphalt pavement (RAP) and reclaimed asphalt shingles (RAS) shall meet the specifications in Table 1: I Table 1 I RA 1 I RA 5 I RA 25 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 90 2015 Test ASTM Test Min. Max. Min. Max. Min. Max. Method Viscosity @ D2170 or 50 150 200 800 1000 4000 140 °F cSt D2171 Flashpoint D92 400 400 400 COC, °F Saturates, Wt. D2007 30 30 30 Specific D70 or D2198 Report Report Report Gravity Tests on Residue from D2872 RTFC Viscosity 3 3 3 Ratio' Mass Change 4 4 4 f 'Viscosity Ratio= RTFC Viscosity t@ 140 °F. cSt Original Viscosity @ 140 °F, cSt 9- 02.1(6)A Polymerized Cationic Emulsified Asphalt CRS -2P In the ninth row of the table, "Test" is revised to read "Tests ". The eleventh row in the table is revised to read: Elastic Recovery % I T30 12 50 1 1 The last two rows of the table are deleted. Footnote 2 below the table is revised to read: 2 The residue material for T 301 shall come from the modified distillation per note 1. Footnote 3 below the table is deleted. The last paragraph is deleted. 9- 03.AP9 Section 9 -03, Aggregates April 6, 2015 9- 03.1(2)C Use of Substandard Gradings This section including title is deleted in its entirety and replaced with the following: Vacant 9- 03.1(4)C Grading In the second paragraph, the first sentence is deleted. The third paragraph is deleted. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 91 2015 9 -03.1(5)B Grading The last paragraph is revised to read: The Contracting Agency may sample each aggregate component prior to introduction to the weigh batcher or as otherwise determined by the Engineer. Each component will be sieve analyzed separately in accordance with WSDOT FOP for WAQTC /AASHTO Test Method T- 27/11. All aggregate components will be mathematically re- combined by the proportions (percent of total aggregate by weight) provided by the Contractor on Concrete Mix Design Form 350 -040. 9 -03.8(1) General Requirements The first paragraph up until the colon is revised to read: Preliminary testing of aggregates for source approval shall meet the following test requirements: The list in the first paragraph is supplemented with the following: Sand Equivalent 45 min. The following new paragraph is inserted after the first paragraph: Aggregate sources that have 100 percent of the mineral material passing the No. 4 sieve shall be limited to no more than 5 percent of the total weight of aggregate. 9- 03.8(2) HMA Test Requirements The second paragraph (up until the colon) is revised to read: The mix design shall produce HMA mixtures when combined with RAP, RAS, coarse and fine aggregate within the limits set forth in Section 9- 03.8(6) and mixed in the laboratory with the designated grade of asphalt binder, using the Superpave gyratory compactor in accordance with WSDOT FOP for AASHTO T 312, and at the required gyrations for N initial, N design, and N maximum with the following properties: The third paragraph is revised to read: The mix criteria for Hamburg Wheel -Track Testing and Indirect Tensile Strength do not apply to HMA accepted by commercial evaluation. 9- 03.8(3)B Gradation Recycled Asphalt Pavement. and Mineral Aggregate This section is supplemented with the following: For HMA with greater than 20 percent RAP by total weight of HMA the RAP shall be processed to ensure that 100 percent of the material passes a sieve twice the size of the maximum aggregate size for the class of mix to be produced. When any amount of RAS is used in the production of HMA the RAS shall be milled, crushed or processed to ensure that 100 percent of the material passes the'/ inch sieve. Extraneous materials in RAS such as metals, glass, rubber, soil, brick, tars, paper, wood and plastic shall not exceed 2.0 percent by mass as determined on material retained on the No. 4 sieve. City of Federal Way RF8 # 15 -004 S 3041h St at 281' Ave S Page 92 2015 9- 03.14(3) Common Borrow This section is revised to read: Material for common borrow shall consist of granular or nongranular soil and /or aggregate which is free of deleterious material. Deleterious material includes wood, organic waste, coal, charcoal, or any other extraneous or objectionable material. The material shall not contain more than 3 percent organic material by weight. The plasticity index shall be determined using test method AASHTO T 89 and AASHTO T 90.- The material shall meet one of the options in the soil plasticity table below. Soil Plasticity Table All percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of toe Engineer. 9- 03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: pH WSDOT Test 4.5-9 Plasticity Option Sieve Percent Passing Index No. 1 200 0-12 NIA No. 2 200 12.1-35 6 or Less No. 3 200 Above 35 0 All percentages are by weight. If requested by the Contractor, the plasticity index may be increased with the approval of toe Engineer. 9- 03.14(4) Gravel Borrow for Structural Earth Wall In the second table, the row beginning with "pH" is revised to read: pH WSDOT Test 4.5-9 5-10 Method T 417 9- 03.21(1) General Requirements The following new paragraph is inserted after the second paragraph: Reclaimed asphalt shingles samples shall contain less than the maximum'percentage of asbestos fibers based on testing procedures and frequencies established in conjunction with the specifying jurisdiction and state or federal environmental regulatory agencies. 9- 04.AP9 Section 9-04, Joint and Crack Sealing Materials January 5, 2015 9- 04.1(4) Elastomeric Expansion Joint Seals In this section, " AASHTO M 220 is revised to read "ASTM D 2628 ". City of Federal Way RFB # 15 -004 S 304th St.at 28th Ave S Page 93 2015 9 -04.2(1) Hot Poured Joint Sealants In the first paragraph, " AASHTO M 324" is revised to read "ASTM D 6690 ". 9 -04.2(2) Poured Rubber Joint Sealer In item number 9, "WSDOT Test Method No. 412" is revised to read "ASTM D 5329 ". 9- 05.AP9 Section 9 -05, Drainage Structures and Culverts April 7, 2014 9 -05.13 Ductile Iron Sewer Pipe The first paragraph is deleted. 9 -06.AP9 Section 9 -06, Structural Steel and Related Materials January 5, 2015 9 -06.5(4) Anchor Bolts The third sentence of the second paragraph is revised to read: Nuts for ASTM F 1554 Grade 36 or 55 black or galvanized anchor bolts shall conform to ASTM A 563, Grade A or DH. 9- 07.AP9 Section 9-07, Reinforcing Steel January 6, 2014 9 -07.5(1) Epoxy- Coated Dowel Bars (for Cement Concrete Pavement Rehabilitation) This section is revised to read: 1 1 1 1 1 11 Epoxy - coated dowel bars shall be round plain steel bars of the dimensions shown in the Standard Plans. They shall conform to AASHTO M 31, Grade 60 or ASTM A 615, Grade 60 and shall be coated in accordance with ASTM A 1078 Type 2 coating, except that the bars may be cut to length after being coated. Cut ends shall be coated in accordance with ASTM A 1078 with a patching material that is compatible with the coating, inert in concrete and recommended by the coating manufacturer. The thickness of the epoxy coating shall be 10 mils plus or minus 2 mils. The Contractor shall furnish a written certification that properly identifies the coating material, the number of each batch of coating material used, quantity represented, date of manufacture, name and address of manufacturer, and a statement that the supplied coating material meets the requirements of ASTM A 1078 Type 2 coating. Patching material, compatible with the coating material and inert in concrete and recommended by the manufacturer shall be supplied with each shipment for field repairs by the Contractor. 9 -07.5(2) Corrosion Resistant Dowel Bars (for Cement Concrete Pavement) This,. y e= - steel tube and shall meet the NCHRP Type 2 mailbox supports shall be 2 inch 14 -gages F 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria. x) 9- 34.AP9 L� 9- 07.5(2) Corrosion Resistant Dowel Pars (for Cement Concrete Pavement and Cement Concrete Pavement Rehabilitation) 9- 08.AP9 Section 9 -08, Paints and Related Materials January 5, 2015 9- 08.1(2)H Top Coat, Single Component, Moisture -Cured Polyurethane The second paragraph is revised to read: Color and Gloss: As specified in the Plans or Special Provisions The last item in the requirements list is revised to read: The top coat shall be a gloss or semi -gloss 9- 08.1(8) Standard Colors The second paragraph is deleted. The third paragraph is revised to read: Unless otherwise specified, all top or finish coats shall be gloss or semi - gloss, with the paint falling within the range of greater than 70 for gloss and 35 to 70 for semi -gloss on the 60- degree gloss meter. 9- 09.AP9 Section 9 -09, Timber and Lumber January 6, 2014 9- 09.3(1) General Requirements The fourth paragraph is revised to read: All orders of treated timber and lumber shall be accompanied by a Certificate of Treatment record. The Certificate of Treatment showing conformance to this specification and AWPA standards shall include the following information: Name and location of the wood preserving company, Customer identification, Date of treatment and charge number, Type of chemical used and amount of retention, Treating process and identification of the Specification used, Boring records verifying treatment penetration for timber and lumber with a nominal dimension of 6" x 6" or larger, Description of material that was treated, and City of Federal Way S 304th St at 28th Ave S Page 95 RFB # 15 -004 2015 W_ Signature of a responsible plant official The fifth paragraph is deleted. The first sentence in the last paragraph is revised to read: All timber and lumber to be used in aquatic environments, unless specified otherwise in the Contract, shall be chemically treated using Western Wood Preservers Institute Best Management Practices (BMPs). 9- 10.AP9 Section 9 -10, Piling March 3, 2014 9 -10.5 Steel Piling This section is revised to read: The material for rolled steel piling H- piling and pile splices shall conform to ASTM A 36, ASTM A 572 or ASTM A 992. The material for steel pipe piling and splices shall conform to one of the following requirements except as specifically noted in the Plans: 1. API 5L Grade X42 or X52 material may be used for longitudinal seam welded or helical (spiral) seam submerged -arc welded pipe piles of any diameter. 2. ASTM A 252 Grade 2 or 3 material may be used for longitudinal seam welded or helical (spiral) seam submerged -arc welded pipe piles of any diameter. For the purposes of welding and prequalification of base metal, steel pipe pile designated as ASTM A 252 may be treated as prequalified provided the chemical composition conforms to a prequalified base metal classification listed in Table 3.1 of the AWS D1.1/D1.1M, latest edition, Structural Welding Code, the grade of pipe piling meets or exceeds the grade specified in the Plans, and the carbon equivalent (CE) is a maximum of 0.45- percent. 3. ASTM A 572 or ASTM A 588 material may be used for longitudinal seam welded piles of any diameter. 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 the slope shall not be less than a 1 in 2.5 taper. The weld reinforcement shall not be greater than 3/16 inches and misalignment of weld beads shall not exceed 1/8 inch. Steel soldier piles, and associated steel bars and plates, shall conform to ASTM A 36, ASTM A 572 or ASTM A 992, except as otherwise noted in the Plans. All steel piling may be accepted by the Engineer based on the Manufacturer's Certificate of Compliance submitted in accordance with Section 1 -06.3. The manufacturer's certificate of compliance submittal for steel pipe piles shall be accompanied by certified mill test reports, including chemical analysis and carbon equivalence, for each heat of steel used to fabricate the steel pipe piling. City of Federal Way . RFB # 15 -004 S 304th St at 28th Ave S Page 96 2015 1 1 9- 13.AP9 Section 9 -13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls January 5, 2015 This section's content is deleted. 9 -13.1 Loose Riprap This section's content, including title and subsections, is revised to read the following: 9 -13.1 Riprap and Quarry Spalls 9- 13.1(1) General Riprap and quarry spalls shall consist of broken stone or broken concrete rubble and shall be free of rock fines, soil, or other extraneous material. Concrete rubble shall not be contaminated by foreign materials such as fibers, wood, steel, asphalt, sealant, soil, plastic and other contaminants or deleterious material. Concrete rubble that is imported to the job site will require testing and certification for toxicity characteristics per Section 9- 03.21(1). The grading of the riprap shall be determined by the Engineer by visual inspection of the load before it is dumped into place, or, if so ordered by the Engineer, by dumping individual loads on a flat surface and sorting and measuring the individual rocks contained in the load. Should the riprap contain insufficient spalls, as defined in Section 9- 13.1(5), the Contractor shall furnish and place supplementary spall material. Riprap and quarry spalls shall be free from segregation, seams, cracks, and other defects tending to destroy its resistance to weather and shall conform to the following requirements for quality. Aggregate Pro a Test Method Requirement Degradation Factor WSDOT T 113 15 minimum Los Angeles Wear, 500 Rev. AASHTO T 96 50% maximum Specific Gravity, SSD AASHTO T 85 2.55 minimum 9- 13.1(2) Heavy Loose Riprap Heavy loose riprap shall meet the following requirements for grading: 9- 13.1(3) Light Loose Riprap Light loose riprap shall meet the following requirements for grading: Minimum Size Maximum Size 40% to 90% 1 ton (%Z cubic d.) 70% to 90% 300 lbs. (2 cu. ft.) 10% to 30% 3 inch 501bs. (spalls) 9- 13.1(3) Light Loose Riprap Light loose riprap shall meet the following requirements for grading: City of Federal Way S 304th St at 28th Ave S Page 97 RFB # 15 -004 2015 Size Range Maximum Size 3001bs. to 1 ton 20% to 90% (2 cu. ft. to 1/2 cu. d.) City of Federal Way S 304th St at 28th Ave S Page 97 RFB # 15 -004 2015 15% to 80% 50 lbs. to 1 ton 8" 100 '/3 cu. ft. to '/z cu. d. 40 max. 10% to 20% 3 inch 50 lbs. (s palls) 9- 13.1(4) Hand Placed Riprap Hand placed riprap shall be as nearly rectangular as possible, 60 percent shall have a volume of not less than 1 cubic foot. No stone shall be used which is less than 6 inches thick, nor which does not extend through the wall. 9- 13.1(5) Quarry Spalls Quarry spalls shall meet the following requirements for grading: Sieve Size Percent Passing 8" 100 3" 40 max. 3/4" 10 max. 9 -13.2 Hand Placed Riprap This section, including title, is deleted in its entirety and replaced with the following: 9 -13.2 Vacant 9 -13.4 Rock for Erosion Control and Scour Protection The last sentence is revised to read: The use of recycled materials and concrete rubble is not permitted for this application. 9 -13.6 Quarry Spalls This section, including title, is deleted in its entirety and replaced with the following 9 -13.6 Vacant 9- 14.AP9 Section 9 -14, Erosion Control and Roadside Planting January 5, 2015 9.14.1 Soil This section, including title, is revised to read: 9 -14.1 Topsoil Topsoil shall not contain any recycled material, foreign materials, or any listed Noxious 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 greater than two inches in diameter. 9- 14.1(2) Topsoil Type B The last sentence of the second paragraph is deleted. 9 -14.2 Seed This section is revised to read: City, of Federal Way RFB # 15 -004 S 3041h St at 28th Ave S Page 98 2015 Seed of the type specified shall be certified in accordance with WAC 16 -302. Seed mixes shall be commercially prepared and supplied in sealed containers. The labels shall show: (1) Common and botanical names of seed (2) Lot number (3) Net weight (4) Pounds of Pure live seed (PLS) in the mix (5) Origin of seed All seed vendors must have a business license issued by supplier's state or provincial Department of Licensing with a "seed dealer" endorsement. 9- 14.4(3) Bark or Wood Chips This section's title is revised to read: Bark or Wood Chip Mulch The first paragraph is' revised to read: Bark or wood chip mulch shall be derived from fir, pine, or hemlock species. It shall not contain resin, tannin, or other compounds in quantities that would be detrimental to plant life. Sawdust shall not be used as mulch. Mulch produced from finished wood products or construction debris will not be allowed. 9- 14.4(6) Gypsum The first sentence is revised to read: Gypsum shall consist of Calcium Sulfate (CaSO4• 2H2O) in a pelletized or granular form. 9- 14.4(7) Tackifier This section is revised to read: Tackifiers are used as a tie -down for soil, compost, seed, and /or mulch. Tackifiers shall contain no growth or germination- inhibiting materials and shall not reduce infiltration rates. Tackifiers shall hydrate in water and readily blend with other slurry materials. The Contractor shall provide test results documenting the tackifier meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in Table 1 in Section 9- 14.4(2). The tests shall be performed at the manufacturer's recommended application rate. 9- 14.4(8) Compost The second paragraph is revised to read: Compost production and quality shall comply with WAC 173 -350. City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 99 2015 9- 14.4(8)A Compost Submittal Requirements Item 2 is revised to read: 2. A copy of the Solid Waste Handling Permit issued to the manufacturer by the Jurisdictional Health Department in accordance with WAC 173 -350 (Minimum Functional Standards for Solid Waste Handling). 9- 14.6(1) Description Item number 3 in the fourth paragraph is revised to read: 3. Live pole cuttings shall have a diameter between 2 inches and 3.5 inches. Live poles shall have no more than three branches which must be located at the top end of the pole and those branches shall be pruned back to the first bud from the main stem. 9- 14.6(2) Quality The second and third paragraphs in this section are revised to read: All plant material shall comply with State and Federal laws with respect to inspection for plant diseases and insect infestation. Plants must meet Washington State Department of Agriculture plant quarantines and have a certificate of inspection. Plants originating in Canada must be accompanied by a phytosanitary certificate stating the plants meet USDA health requirements. All plant material shall be purchased from a nursery licensed to sell plants in their state or province. 9- 15.AP9 Section 9 -15, Irrigation System August 4, 2014 9 -15.18 Detectable Marking Tape In the second paragraph, the table is supplemented with the following new row: Non - Potable Water I Purple 9- 16.AP9 Section 9 -16, Fence and Guardrail August 4, 2014 9- 16.2(1)6 Wood Fence Posts and Braces In the table, the row beginning with "ACA" is deleted. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 100 2015 f 1 L The following new paragraph is inserted after the second paragraph: The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: Materials Requirement Concrete 9 -MAP9 Reinforcing Steel Section 9 -29, Illumination, Signal, Electrical Lid April 6, 2015 9 -29.1 Conduit, Innerduct, and Outerduct This section is supplemented with the following new subsection: 9- 29.1(9) Repair 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 Frame and stiffener plates existing damaged conduit, inner duct and outer duct. The repair kit shall be prepackaged and include the split conduit and split couplings necessary to restore the damaged conduit to the original inside dimensions including a water and air tight seal. 9- 29.2(1)B Heavy Duty Junction Boxes Anchors (studs) The second paragraph is revised to read: Threaded Anchors for Gray Iron Frame The Heavy -Duty Junction Box steel frame, lid support and lid fabricated from steel plate Bolts, Studs, Nuts, Washers and shapes shall be painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3. Ductile iron and gray iron castings shall not be painted. f 1 L The following new paragraph is inserted after the second paragraph: The concrete used in Heavy -Duty Junction Boxes shall have a minimum compressive strength of 4,000 psi. In the fourth paragraph (after the preceding Amendment is applied), the table is revised to read: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Lid ASTM A 786 diamond plate steel, rolled from plate complying with ASTM A 572, grade 50 or ASTM A 588, and having a min. CVN toughness of 20 ft -lb at 40 degrees F. Or Ductile iron casting meeting Section 9 -05.15 Frame and stiffener plates ASTM A 572 grade 50 or ASTM A 588, both with min. CVN toughness of 20 ft -lb at 40 degrees F Or Gray iron casting meeting Section 9 -05.15 Anchors (studs) Section 9 -06.15 Threaded Anchors for Gray Iron Frame ASTM F1554 grade 55 Headed Anchor Requirements Bolts, Studs, Nuts, Washers ASTM F 593 or A 193, Type 304 or 316, or Stainless steel grade 302, 304, or 316 in accordance with approved shop drawings City of Federal Way S 304th St at 28th Ave S Page 101 RFB # 15 -004 2015 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 The last paragraph is revised to read: The bearing seat and lid perimeter shall be free from burrs, dirt, and other foreign debris that would prevent solid seating. Bolts and nuts shall be liberally coated with anti -seize compound. Bolts shall be installed snug tight. The bearing seat and lid perimeter shall be machined to allow a minimum of 75 percent of the bearing areas to be seated with a tolerance of 0.0 to 0.005 inches measured with a feeler gage. The bearing area percentage will be measured for each side of the lid as it bears on the frame. 9- 29.2(2) Standard Duty and Heavy -Duty Cable Vaults and Pull Boxes This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, Heavy -Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy -Duty Pull Boxes In the first paragraph, the first sentence is revised to read: Small, Standard Duty and Heavy -Duty Cable Vaults and Standard Duty and Heavy -Duty Pull Boxes shall be constructed as a concrete box and as a concrete lid. 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes This section's title is revised to read: Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes The first paragraph is revised to read: Small and Standard Duty Cable Vaults and Standard Duty Pull boxes shall be concrete and have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(1)C for concrete Standard Duty Junction Boxes. In the second paragraph, the first sentence is revised to read: Concrete for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall have a minimum compressive strength of 4,000 psi. In the third paragraph, the first sentence is revised to read: All Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes placed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces. The fourth paragraph (up until the colon) is revised to read: Materials for Small and Standard Duty Cable Vaults and Standard Duty Pull Boxes shall conform to the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 102 2015 1 t 1 0 9 -29.3 Fiber Optic Cable, Electrical Conductors, and Cable This section is supplemented with the following new subsection: 9- 29.3(3) Wire Marking Sleeves Wire marking sleeves shall be full - circle in design, non - adhesive, printable using an indelible ink and shall fit snugly on the wire or cable. Marking sleeves shall be made from a PVC or polyolefin, and provide permanent identification for wires and cables. 9- 29.3(2)A4 Location Wire This section is revised to read: Location wire shall be steel core copper clad minimum size AWG 14 insulated conductor. The insulation shall be orange High Molecular Weight High. Density Polyethylene (HMHDPE). 9 -29.16 Vehicular Signal Heads, Displays, and Housing The last sentence of the last paragraph is revised to read: A 1- inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Section 9- 28.12, shall be applied around the perimeter of each backplate with the exception of installations where all sections of the display will be dark as part of normal operation such as ramp meters, hawk signals and tunnels. 9- 31.AP9 Section 9 -31, Elastomeric Bearing Pads August 4, 2014 This section's title is revised to read: Elastomeric Pads 9 -31.1 Requirements In the first paragraph, the word "bearing" is deleted from the first sentence. In the first sentence of the second paragraph, the word "bearing" is deleted and replaced with "elastomeric ". In the last sentence of the second paragraph, the word "Bearing" is deleted and replaced with "Elastomeric ". In the third paragraph, the word "bearing" is deleted and replaced with the word "elastomeric ". 9- 32.AP9 Section 9 -32, Mailbox Support August 4, 2014 9 -32.7 Type 2 Mailbox Support The first sentence is revised to read: City of Federal Way S 3041h St at 28th Ave S Page 103 RFB # 15 -004 2015 Type 2 mailbox supports shall be 2 -inch 14 -gage steel tube and shall meet the NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) crash test criteria. 9- 34.AP9 Section 9-34, Pavement Marking Material January 5, 2015 9 -34.2 Paint The second paragraph is revised to read: Blue and black paint shall comply with the requirements of yellow paint in Section 9- 34.2(4) and Section 9- 34.2(5), with the exception that blue and black paints do not need to meet the requirements for titanium dioxide, directional reflectance, and contrast ratio. 9 -34.4 Glass Beads for Pavement Marking Materials In the third paragraph, the table titled "Metal Concentration Limits" is revised to read: Metal Concentration Limits Element Test Method Max. Parts Per Million m Arsenic. EPA 3052 SW -846 6010C 10.0 Barium EPA 3052 SW -846 6010C 100.0 Cadmium EPA 3052 SW -846 6010C 1.0 Chromium EPA 3052 SW -846 6010C 5.0 Lead EPA 3052 SW -846 6010C 50.0 Silver EPA 3052 SW -846 6010C 5.0 Mercury EPA 3052 SW -846 7471B 4.0 9 -34.5 Temporary Pavement Marking Tape This section is revised to read: Biodegradable tape with paper backing is not allowed This section is supplemented with the following new sub - sections: 9- 34.5(1) Temporary Pavement Marking Tape — Short Duration Temporary pavement marking tape for short duration shall conform to ASTM D4592 Type II except that black tape, black mask tape and the black portion of the contrast removable tape, shall be non - reflective. 9- 34.5(2) Temporary Pavement Marking Tape — Long Duration Temporary pavement marking tape for long duration shall conform to ASTM D4592 Type I. Temporary pavement marking tape for long duration, except for black tape, shall have a minimum initial coefficient of retroreflective luminance of 200 mcd *m-2 *Ix' when measured in accordance with ASTM E 2832 or ASTM E 2177. Black tape, black mask tape and the black portion of the contrast removable tape, shall be. non - reflective. 9 -34.6 Temporary Raised Pavement Markers This section's title is revised to read: City of Federal Way RFB # 15 -004 S 3041h St at 28U1 Ave S Page 104 2015 Temporary Flexible Raised Pavement Markers The second paragraph is deleted. 9- 35.AP9 Section 9 -35, Temporary Traffic Control Materials August 4, 2014 9 -35.0 General Requirements The following item is deleted from the list of temporary traffic control materials: Barrier Drums The last sentence of the second paragraph is revised to read: Certification for crashworthiness according to NCHRP 350 or the Manual for Assessing Safety Hardware (MASH) will be required as described in Section 1- 10.2(3). 9 -35.2 Construction Signs The first sentence is revised to read: Construction signs shall conform to the requirements of the MUTCD and shall meet the requirements of NCHRP Report 350 for Category 2 devices or MASH. 9 -35.7 Traffic Safety Drums The third paragraph is revised to read: Drums and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1- 10.2(3). 9 -35.8 Barrier Drums This section including title is deleted in its entirety and replaced with the following: 1 9 -35.8 Vacant 9 -35.12 Transportable Attenuator In the first paragraph, the fourth sentence is revised to read: The Contractor shall provide certification that the transportable attenuator complies with NCHRP 350 Test level 3 or MASH Test Level 3 requirements. 9 -35.13 Tall Channelizing Devices r In the sixth paragraph, the last sentence is revised to read: The method of attachment must ensure that the light does not separate from the device upon impact and light units shall meet the crashworthiness requirements of NCHRP 350 or MASH as described in Section 1- 10.2(3). City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 105 2015 IINTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specfcations for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State Department of Transportation ( WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications "). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project- specific fill -ins; and project- specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project- specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (December 13, 1012) (December 13, 1012 * * * * * *) (Special Provision) Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT /APWA, current edition • City of Federal Way Public Works Development Standards • WSDOT Standard Plans • King County Design Standards, 2007 edition Contractor shall obtain copies of these publications, at Contractor's own expense. DESCRIPTION OF WORK (March 13, 1995) This Contract provides for the improvement of the intersection of S 304th Street and 28th Ave S by installing a new traffic signal system, a new north bound right turn lane, new illumination system for the intersection, new retaining walls, and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. City of Federal Way S 304th St at 28th Ave S Page 1 RFB # 15 -004 2015 Division 1 General Requirements 1 -01 DEFINITIONS AND TERMS 1 -01.3 Definitions (March 8, 2013 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date I The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. a Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "State ", "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency ". All references to "State Materials. Laboratory" shall be revised to read "Contracting Agency designated location ". City of Federal Way S 304th St at 28th Ave S Page 2 RFB # 15 -004 2015 Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) City of Federal Way S 304th St at 28th Ave S Page 3 RFB # 15 -004 2015 "final All references to contract voucher certification" shall be interpreted to mean the final payment form established by the Contracting Agency. The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1- 0$.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract ". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) City of Federal Way S 304th St at 28th Ave S Page 3 RFB # 15 -004 2015 To Prime Contractor No. of Sets Before award of a public works contract, a bidder must meet at least the minimum qualifications Reduced plans (11" x 17") of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public Furnished automatically works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Contract Provisions 6 Furnished automatically Delete this section and replace it with the following: upon award. Large plans (e.g., 22" x Information as to where Bid Documents can be obtained or reviewed can be found in the Call Furnished only upon for Bids (Advertisement for Bids) for the work. request. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17") 6 Furnished automatically upon award. Contract Provisions 6 Furnished automatically upon award. Large plans (e.g., 22" x 2 Furnished only upon 34 ") request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.4 Examination of Plans, Specifications and Site of Work 1- 02.4(2) Subsurface Information Section 1- 02.4(2) is supplemented with the following: (January 2, 2012) The soils information used for study and design of this project is available for review by the bidder at the following location: Appendix D The soils information includes the following: • Geotechnical Soil Profile Logs (including location map) • Laboratory Testing Results City of Federal Way S 304th St at 28th Ave S Page 4 RFB # 15 -004 2015 1-02.6 Proposal Forms (June 27, 2011 APWA GSP) Delete this section end replace it with the following: 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equall, or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall ''make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture.i, A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. The fourth paragraph of Section 1 -02.6 is revised to read: (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. Section 1 -02.6 is supplemented with the following: I, City of Federal Way RFB # 15 -004 S 304th St at 28th Ave $ Page 5 2015 The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D /M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or,shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equall, or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall ''make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture.i, A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. The fourth paragraph of Section 1 -02.6 is revised to read: (August 2, 2004) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. Section 1 -02.6 is supplemented with the following: I, City of Federal Way RFB # 15 -004 S 304th St at 28th Ave $ Page 5 2015 (August 7, 2006) Progress Schedule Minimum Bid A minimum bid of $500 lump sum has been established for the item "Type B Progress Schedule." The Contractor's bid shall equal or exceed that amount. If the Contractor's bid is less than the minimum specified amount, the Contracting Agency will unilaterally revise the bid amount to the minimum specked amount and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the Contracting Agency for award purposes and to fix the amount of the contract bond. 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 1 -02.9 Delivery of Proposal (August 15, 2012 APWA GSP, Option A) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires DBE Written Confirmation Documents or Good Faith Effort Documentation, then to be considered responsive, the Bidder shall submit with their Bid Proposal, written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056A EF, as required by Section 1 -02.6. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. 1 -02.12 Public Opening of Proposals City of Federal Way S 304th St at 28th Ave S Page 6 0 RFB # 15 -004 2015 t 1 1 1 i F11 Section 1 -02.12 is supplemented with the following: Date of Opening Bids (Special Provision) Sealed bids are to be received at one of the following locations prior to the time specified: 1. In the City of Federal Way Purchasing Office, 33325 8t' Avenue S, Federal Way, WA 98003, until 10:00 A.M. of the bid opening date. Bids delivered in person will be received only in the bid room on the bid opening date. The bid opening date for this project is Tuesday July 21, 2015 Bids received will be publically opened and read after 10:10 A. M. on this date. 1 -02.13 Irregular Proposals (March 13, 2012 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; L The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort. to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this Section and replace it with the following: City of Federal Way S 304th St at 28th Ave S Page 7 RFB # 15 -004 2015 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment .plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department Of Revenue's "Delinquent Taxpayer List" website: http:// dor .wa.gov /content/fileandpaytaxes /latefiling /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility' A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. Prevailing Wages A Criterion: The Bidder shall not have a record of prevailing wage violations as determined by WA Labor & Industries in the five years prior to the bid submittal date, that demonstrates a pattern of failing to pay workers prevailing wages, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of all prevailing wage violations in the five years prior to the bid submittal date, along with an explanation of each violation and how it was resolved. The Contracting Agency will evaluate these explanations and the resolution of each City of Federal Way S 304th St at 28th Ave S Page 8 RFB # 15 -004 2015 1 complaint to determine whether the violation demonstrate a pattern of failing to pay its workers prevailing wages as required. 5. Claims Against Retainage and Bonds A Criterion: The Bidder shall not have a record of excessive claims filed against the retainage or payment bonds for public works projects in the three years prior to the bid submittal date, that demonstrate a lack of effective management by the Bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall submit a list of the public works projects completed in the three years prior to the bid submittal date that have had claims against retainage and bonds and include for each project the following information: • Name of project • The owner and contact information for the owner; • A list of claims filed against the retainage and /or payment bond for any of the projects listed; • A written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. 6. Public Biddina Crime A Criterion: The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 7. Termination for Cause / Termination for Default A Criterion: The Bidder shall not have had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any public works contract terminated for cause or terminated for default by a government agency in the five years prior to the bid submittal date; or if Bidder was terminated, describe the circumstances. . 8. Lawsuits A Criterion: The Bidder shall not have lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of City of Federal Way RFB # 15 -004 S304 th St at 28th Ave S Page 9 2015 failing to meet the terms of contracts, unless there are extenuating circumstances and such circumstances are deemed acceptable to the Contracting Agency B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder has not had any lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date that demonstrate a pattern of failing to meet the terms of contracts, or shall submit a list of all lawsuits with judgments entered against the Bidder in the five years prior to the bid submittal date, along with a written explanation of the circumstances surrounding each such lawsuit. The Contracting Agency shall evaluate these explanations to determine whether the lawsuits demonstrate a pattern of failing to meet of terms of construction related contracts As evidence that the Bidder meets the mandatory and supplemental responsibility criteria stated above, the apparent two lowest Bidders must submit to the Contracting Agency by 12:00 P.M. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets all of the mandatory and supplemental criteria together with supporting documentation including but not limited to that detailed above (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all mandatory and supplemental responsibility criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess Bidder responsibility. The Contracting Agency also reserves the right to obtain information from third - parties and independent sources of information concerning a Bidder's compliance with the mandatory and supplemental criteria, and to use that information in their evaluation. The Contracting Agency may (but is not required to) consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not.a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's - determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to City of Federal Way S 304th St at 28th Ave S Page 10 RFB # 15-004 2015 1 A 1 r the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1 -02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1 -03.1 Consideration of Bids (January 23, 2006 APWA GSP) Revise the first paragraph to read: After opening and reading proposals, the Contracting Agency will check them for correctness of extensions of the prices per unit and the total price. If a discrepancy exists between the price per unit and the extended amount of any bid item, the price per unit will control. If a minimum bid amount has been established for anv item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contractinq Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency., ._will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. City of Federal Way S 304th St at 28th Ave S Page 11 RFB # 15 -004 2015 Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency - prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1 -03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1- 02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall' bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 5 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1 -03.4 Contract Bond (December 8, 2014 APWA GSP) Revise the first paragraph to read: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency - furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 12 2015 i 1 -04 SCOPE OF WORK 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Standard Specifications, 7. Contracting Agency's Standard Plans or Details (if any), and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1 -04.4 Changes 1- 04.4(1) Minor Changes (Special Provision) Section 1- 04.4(1) is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) "Minor Change" per calc. 1-05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes (Special Provision) Section 1 -05.4 is supplemented with the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 13 2015 r Contractor Surveying - Structure ' The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 13 2015 r Detailed survey, records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and /or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 5. Establish wing wall, retaining wall, and noise wall horizontal alignment. 6. Establish retaining wall top of wall profile grade. 7. Establish elevation benchmarks for all substructure formwork. 8. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 1 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 1 10. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 11. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing. 12. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 13. Establish grout pad locations and elevations. 14. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 15. Establish box girder bottom slab grades and locations. City of Federal Way S 304th St at 281h Ave S Page 14 RFB # 15 -004 2015 'I 1 16. Establish girder and /or web wall profiles and locations. 1 1 17. Establish diaphragm locations and centerline of bearing. 18. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 19. Establish traffic barrier and curb profile. 20. Profile all girders prior to the placement of any deadload or construction live load that may affect the girder's profile. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: 1. Descriptions of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. 2. Horizontal coordinates for the centerline of each bridge pier. 3. Computed elevations at top of bridge roadway decks at one -tenth points along centerline of each girder web. All form grades and other working grades shall be calculated by the Contractor. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in Items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: 1. Stationing on structures 2. Alignment on structures 3. Superstructure elevations 4. Substructure Vertical Horizontal ±0.02 feet ±0.02 feet ±0.01 feet variation from plan elevation ±0.02 feet variation from Plan grades. The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: City of Federal Way S 304th St at 28th Ave S Page 15 RFB # 15-004 2015 Piles Shafts Footings Columns The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor- provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. All costs associated with Structure Surveying shall be measured and paid under the item "Construction Surveying" per 1 -05.4 herein. Contractor Surveying - Roadway The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate. to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work shall include but not be limited to the following: 1. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary' control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pis) and at points on the alignments spaced no further than 50 feet. 3. Establish clearing limits, placing stakes at all, angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 4. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite City of Federal Way S 304th St at 28th Ave S Page 16 RFB # 15 -004 2015 0 (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than ■� 25 feet. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. . F other in vision (including but not limited to 9 or all of a types of construction included this provision, e channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in. curve sections with a radius less than 300 feet, and at 10 -foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. . F other in vision (including but not limited to 9 or all of a types of construction included this provision, e channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 7 10. The Contractor shall collect additional topographic survey data as needed. in order to match into existing roadways such that the transition from the new pavement to the existing pavement is smooth and that the pavement and ditches drain properly. If changes to the profiles or roadway sections shown in the contract plans are needed to achieve proper smoothness and drainage where matching into existing features, the Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. To facilitate the establishment of these lines and elevations the Contracting Agency will provide g Y p the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three miles of project length. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. In addition, the Contracting Agency will supply horizontal coordinates for the beginning and ending points and for each Point of Intersection (PI) on each alignment included in the project. The Contractor the following tolerances: shall ensure a surveying accuracy within City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 17 2015 7 The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the pointss staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor- provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10 -00. When stakes are needed j that are-not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Surveying shall be measured and paid under the item "Construction Surveying" per 1 -05.4 herein. ti After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the City the hard cover field book(s) containing the construction staking and as -built notes, and one set of white prints of the construction drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as -built location of the new work as recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 18 2015 ' Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the pointss staked are within the specified survey accuracy tolerances. The Contractor shall calculate coordinates for the alignment. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the work. The Contracting Agency will require up to seven calendar days from the date the data is received. Contract work to be performed using contractor- provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Stakes shall be marked in accordance with Standard Plan A10.10 -00. When stakes are needed j that are-not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Surveying shall be measured and paid under the item "Construction Surveying" per 1 -05.4 herein. ti After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the City the hard cover field book(s) containing the construction staking and as -built notes, and one set of white prints of the construction drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as -built location of the new work as recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 18 2015 ' as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right -of -way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and /or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. The Contractor shall provide all surveying and staking necessary to calculate the "Roadway Excavation Including Haul' quantities. As -Built Survey and Record Drawings After construction has been completed the Contractor shall perform an as -built survey and provide the information in (1) full -size paper copy and AutoCAD 2010 or later version file to the Engineer. This as -built survey shall consist of the following: Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and retaining wall footing drains, including cleanouts. ' Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. City of Federal Way S 3041h St at 28th Ave S Page 19 RFB # 15 -004 2015 ■ Final curb elevations, with a minimum of 5 shots at each curb return. Also, final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). ■ Final elevations at the front and back of walk throughout the project limits. ■ Final wall elevations at the face and top of all walls installed in this contract ■ Shots of all signs, trees, illumination and signal equipment installed as part of this contract. ■ Shots to delineate all channelization installed in this contract. Throughout construction, the Contractor shall keep a set of redline drawings that record as -built information at the project site. This set of drawings shall be provided to the Engineer at the end of the project. This record drawing information shall, at a minimum, consist of the following: ■ All changes to the Contract Plans. ■ Pothole information gathered by the Contractor. ■ Actual location of utility trenches, including depth to top of conduits at a minimum of 100' spacing. ■ Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) when included in the proposal: "Construction Surveying ", lump sum. The lump sum contract pace for "Construction Surveying" shall be full pay for all labor equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, structure surveying, roadway surveying and coordination efforts. "As -Built Survey and Record Drawings ", lump sum. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1 -05.7 Removal of Defective and Unauthorized Work , (October 1, 2005 APWA GSP) Supplement this section with the following: I If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 20 2015 the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date 1 When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially P 9 complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 21 2015 1 shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. u 0 1 Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That' 1 date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. r� 1 The costs for power, gas, labor, material, supplies, and everything else needed to successfully ' complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 22 2015 Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1 -05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1- 05.14 Cooperation With Other Contractors Section 1 -05.14 is supplemented with the following: 1- 05.14(1) Other Contracts or Other Work Throughout the duration of this project, other contractors and /or utilities may be working adjacent to or within the project limits. The Contractor shall coordinate work with the contractors and /or other utility companies. The Contractor is responsible for coordination of the utility work that will be provided throughout the project including work that will occur during the utility relocation construction window. The coordination of work will include direct contact by the Contractor with the other contractors and /or utilities. The Contractor shall obtain the utility companies' schedules and coordinate the utility work with the associated contractors. It is anticipated that the work schedules for utility relocation will not be linear in fashion. in addition, it is anticipated that some utility work may be performed at times other than during the utility relocation construction window. A utility relocation construction window of approximately 10 working days has been incorporated into this construction contract to assist the utility companies in their relocation effort. There has been no staging plan associated with the order of work for the contractor. The Contractor shall coordinate scheduling of the utility window with the utilities involved and incorporate that work into the project schedule. All cost incurred by the Contractor required for the coordination of the prosecution of the work regarding utility adjustment, relocation, replacement, or construction, including any delay to the Contractor's work schedule, shall be included in the unit bid price per "Lump Sum" for Mobilization. Contractor shall provide sufficient advance notice to allow franchise utilities to obtain a separate Right -of -Way permit for and schedule their work. It is anticipated that the following work will be performed by others during the course of this project: 1. Lakehaven Utility District Relocation of water services to the properties located on the east side of 280h Ave S to be completed after the area has been excavated and the proposed back of sidewalk is staked. Contractor shall provide line and grade stakes for the back of sidewalk, base and top of retaining wall (front face or back), and the location of any footings. Lakehaven Utility District requires two -weeks advance notice, and will complete the work within five days of the necessary prep work by the contractor. 2. Centuryl-ink City of Federal Way S 304th St at 28th Ave S RFB # 15 -004 Page 23 2015 Relocation of one utility pole and overhead communications located on the east side of 28"' Ave S. 1- 05.14(A) Notifications Relative to Contractor's Activities Section 1- 05.14(A) is a new section: Notification shall be written, with a copy delivered to the Engineer within a minimum of two (2) weeks prior to the commencement of work, including any work impacting utilities, and must be in such detail as to give the time of the commencement and completion of work, names of streets to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the below listed agencies of the name(s) of the construction superintendent in responsible charge or other individuals having full authority to execute the orders or direction of the Engineer, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. City of Federal Way S 304th St at 28th Ave S Page 24 RFB # 15 -004 2015. 1 1 1 !I �J 1 City of Federal Way Police Department 333258 th Ave S Federal Way, WA 98003 Telephone: 253 - 835 -6701 (To schedule officer traffic control support) 253 - 835- 6767(For traffictroad closure issues) King County METRO Transit 12706 th Avenue South, Bldg 2, MS:QS Seattle, WA 98134 Attn: Richard Garcia Telephone: 206 - 684 -2732 Comcast 410 Valley Ave NW, Suite 12 -C Puyallup, WA 98371 Attn: Jerry Steele Email: Jerry�_Steele2@cable.comcast.com Telephone: (253) 288 -7532 Centuryl-ink 23315 66th Ave S Kent, WA 98032 Attn: Nevie Jake Telephone: (425) 761 -0471 Lakehaven Utility District 31627 First Avenue South P. O. Box 4249 Federal Way, WA 98003 Attn: Wes Hill Telephone: 253 - 946 -5440 1- 05.14(B) Coordination of Work with City Section 1- 05.14(B) is a new section: _ South King Fire and Rescue 31617 1 st Avenue South Attn.: Lauri Perry Federal Way, WA 98003 Telephone: 253 - 946 -7253 Federal Way Public Schools Transportation Department Attn: Cindy Wendland 1211 South 332nd Street Federal Way, WA 98003 Telephone: 253- 945 - 5965 Email:cwendian @fwps.org Puget Sound Energy (Gas) 3130 S 38th St Tacoma, WA 98409 Attn: Anita Yurovchak Telephone: 253 -476 -6304 Puget Sound Energy (Power) 3130 S 38" St Tacoma, WA 98409 Attn: Anita Yurovchack Telephone: 253- 476 -6304 King County Traffic Operations 155 Monroe Avenue NE Renton, WA 98056 Attn: Mark Parrett Tel: 206 - 296 -8153 At least three (3) working day written notification shall be required on all requests for engineering services other than inspection. All request shall be coordinated with the Engineer. All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. City of Federal Way S 304th St at 28th Ave S Page 25 RFB # 15-004 2015 1- 05.14(C) King County, Department of Transportation, METRO Transit Section 1- 05.14(C) is a new section: Contractor shall provide at least three weeks advance notice of impacts to: bus zones, bus shelters, bus signs & posts, and any other transit facilities equipment. Construction usage of bus zones resulting in either partial or full zone closures or relocations requires approval and a 48 hour advance notification. Closures may be approved for short-term periods only. Some zones may not be altered or closed due to wheelchair accessibility requirements. Relocation of most zones requires a temporary/alternative zone. Transit service supervisors must determine, approve and place delineators for temporary zones.. It is the responsibility of the contractor to place "No Parking" signs (T 39's), and provide traffic control when construction requires zone relocations. The order must be placed with the Traffic Engineering Services 24 to 48 hours in advance of the relocation. Temporary bus zones typically will need 75 to 150 feet of parking space. Contractors who remove Metro Transit property may be subject to legal action. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest. notice of dispute, or other correspondence constituting notification required to be fumished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 -05.16 Water and Power (October 1, 2005 APWA GSP) Section 1 -05.16 is a new section: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. . 1 -05.17 Oral Agreements (October 1, 2005 AWPA GSP) Section 1 -05.17 is a new section: No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1.05.18 Contractors' Daily Diary (Special Provision) City of Federal Way S 304th St at 28th Ave S Page 26 RFB # 15 -004 2015 r� ISection 1 -05.18 is a new section: ' The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. This diary will be created by pen and ink entries in a hardbound diary book of the type that is commonly available by the commercial outlets. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: • The day and date. i • The weather conditions, including changes throughout the day. ■ • A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said ' work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, 1 Owner, or any third party in any manner. • Listing of any materials received and stored on or off -site by the Contractor for future installation, to include the manner of storage and protection of the same. • Listing and quantities of materials installed during each day. • List of all subcontractors working on -site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. • Any other information that serves to give an accurate and complete record .of the nature, quantity, and quality of the Contractor's progress on each day. • Summary of total number of working days to date, and total number of delay days to date. All pages of the diary must be numbered consecutively with no omissions in page numbers. r The Contractor shall utilize additional sheets separate from the diary book, if necessary, to provide a complete diary record. However, the Owner's senior representative must sign separate sheets on each day and a copy furnished at the time of signing to the Owner. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 27 2015 All costs associated with Contractor's Daily Diary shall be included in the related item of work and no additional payment will be made. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. City of Federal Way S 304th St at 28th Ave S Page 28 RFB # 15 -004 2015 , n i� u Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item 1 prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.5 Environmental Regulations Section 1 -07.5 is supplemented with the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 29 2015 1 The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract- related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and, repairing of new or existing buildings, or other structures; upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item 1 prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.5 Environmental Regulations Section 1 -07.5 is supplemented with the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 29 2015 1 (August 3, 2009) The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer. 1 -07.15 Temporary Water Pollution /Erosion Control 1 -07.15(1) Spill Prevention, Control, and Countermeasures Plan (Special Provision) Section 1- 07.15(1) is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid item: "SPCC Plan, Lump Sum 1 -07.16 Protection and Restoration of Property 1 -07.16(1) Private /Public Property (Special Provision) Section 1- 07.16(1) is supplemented with the following: The Contractor shall protect private or public property on or in the vicinity of the work site. He shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. The Contractor shall not trespass upon private property and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from his operations in completing this Work. He shall comply with the laws and regulations of the Owner, County, and State and Federal governments, relating to the safety of persons and property, and will be held responsible for and required to make good any injury or damage to persons or property caused by carelessness or neglect on the part of the Contractor or subcontractor(s), or any agent, or employee of either during the progress of the Work and until its final acceptance. Property includes land, utilities, trees, landscaping, improvements legally on the right -of -way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown on the Plans or not. If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at his expense install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating all property that is subject to damage by his operation. If the Contractor (or his agents /employees) damage, destroy, or interfere with the use of such , property, he shall restore it to original condition at his expense. He shall also halt any interference with the property's use. The Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor if he refuses or does not respond immediately. City of Federal Way S 304th St at 28th Ave S Page 30 L RFB # 15-004 2015 The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. 1 -7.1 m 0 6(5) Payment e n t (Special Provision) Section 1- 07.16(5) is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid item: "Private Property Restoration ", will be paid by force account as provided in Section 1 -09.6. 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: 1. Centuryl-ink - Adjusting vault covers to grade. 2. Lakehaven Utility District — Adjusting covers to grade and relocation of water meters. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 31 2015 1 The Contractor shall restore to a condition equal to the original condition improvements such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, landscaping, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown on the plans or not. All existing survey monuments and property corner markers shall be protected from movement . by the Contractor. All existing markers and /or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a Professional Land Surveyor registered in the State of Washington. Any of these monuments damaged must be reset to second order, first class specifications. 1 Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. All work shall be done in conformance to acceptable standards. This shall be incidental to the contract. The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. 1 -7.1 m 0 6(5) Payment e n t (Special Provision) Section 1- 07.16(5) is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid item: "Private Property Restoration ", will be paid by force account as provided in Section 1 -09.6. 1 -07.17 Utilities and Similar Facilities Section 1 -07.17 is supplemented with the following: (April 2, 2007) Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. Public and private utilities, or their Contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. It is anticipated that utility adjustment, relocation, replacement or construction within the project limits will be completed as follows: 1. Centuryl-ink - Adjusting vault covers to grade. 2. Lakehaven Utility District — Adjusting covers to grade and relocation of water meters. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 31 2015 1 Potential removal of a recorded abandoned AC water line located on the north side of S 304th Street, as shown in the plans, for the installation of new stormwater facilities. Potholing during design was accomplished and it appears the abandoned water line was previously removed. If encountered during construction of the stormwater facilities as part of this project, contact Lakehaven at least one day in advance of continuing the installation of the new stormwater facilities so a portion of the abandoned line can be removed by Lakehaven before the stormwater facilities are placed. 3. Puget Sound Energy. — Adjusting covers to grade and relocation of gas services. 4. Puget Sound Energy — New Power Service Connection The Contractor shall attend a mandatory utility preconstruction meeting with the Engineer, all affected Subcontractors, and all utility owners and their Contractors prior to beginning onsite work. The following addresses and telephone numbers of utility companies or their Contractors that will be adjusting, relocating, replacing or constructing utilities within the project limits are supplied for the Contractor's use: Comcast 410 Valley Ave NW, Suite 12 -C Puyallup, WA 98371 Attn: Jerry Steele Email: Jerry_Steele2@cable-comcast.com Telephone: (253) 288-7532 Centuryl-ink 23315 66th Ave S Kent, WA 98032 Attn: Nevie Jake Telephone: (425) 761 -0471 Lakehaven Utility District 31627 First Avenue South P. O. Box 4249 Federal Way, WA 98003 Attn: Wes Hill Telephone: 253 - 946 -5440 Puget Sound Energy (Gas) 3130 S 38th St Tacoma, WA 98409 Attn: Anita Yurovchak Telephone: 253 -476 -6304 Puget Sound Energy (Power) 3130 S 38th St Tacoma, WA 98409 Attn: Anita Yurovchack Telephone: 253 -476 -6304 King County Traffic Operations 155 Monroe Avenue NE Renton, WA 98056 Attn: Mark Parrett Tel: 206 - 296 -8153 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 32 2015 1 ' 1 -07.18 Public Liability and Property Damage Insurance ' Delete this section in its entirety, and replace it with the following: 1 -07.18 Insurance (Special Provision) 1- 07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A -: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer (including financial condition), terms and coverage, the Certificate of Insurance, and /or endorsements. B. The Contractor shall keep this insurance in f o r ce during the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. E. The Contractor's and all Sub Contractors' insurance coverage shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or insurance pool coverage. F. 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. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. I. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the Contractor, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. City of Federal Way S 304th St at 28th Ave S 1 Page 33 RFB # 15-004 2015 J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1 -07.18(2) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1- 07.18(3) Coverages and Limits The minimum insurance coverages and limits shall be provided as outlined in Section 9 of the Public Works Contract for S 304th St at 28th Ave S Intersection Improvements. 1 -07.23 Public Convenience and Safety 1 -07.23(1) Construction Under Traffic Section 1- 07.23(1) is supplemented with the following: (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans, and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. City of Federal Way S 304th St at 28th Ave S Page 34 RFB # 15 -004 2015 1 1 I= Minimum WZCZ distal determined as follows: F✓ ices are measured from the edge of traveled way and. will be 7z WMENV794 35 mph or less 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewa Minimum Work Zone Clear Zone Distance (August 7, 2006) Lane Closure Restrictions Lane closures are subject to the following restrictions: See Section 1 -10.1 of these Contract Provisions If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. 1 -07.24 Rights of Way (October 1, 2005 APWA GSP) Delete this section in its entirety, and replace it with the following: Street right of way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public right of way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the City of Federal Way S 304th St at 281h Ave S Page 35 RFB # 15 -004 2015 right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each,property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. (Special Provision) Section 1 -07.24 is supplemented with the following: The Contractor shall be responsible to abide by any right -of -entry agreements with adjacent property owners that have been obtained by the City for this project. Please note that these agreements will be available upon request by the Contractor. Such requirements may include responsibilities for the Contractor, such as: listing property owners as additional insured; providing advance notice to certain representatives; or. daily site cleanup requirements. These responsibilities are listed as examples only and the right -of -entry documents should be reviewed by the Contractor to determine all necessary requirements. 1 -07.28 Communication with Businesses and Property Owners (Special Provision) Section 1 -07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners. The Contractor, along with the City's inspector, shall have one formal meeting with the property owners and /or managers of the business corridor. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the businesses informed of their general work locations ' and activities for the upcoming two (2) months by distributing a monthly status /schedule memo to the businesses. The memo shall be approved by the Engineer prior to distribution. Payment for said meetings and communication shall be considered incidental to the unit contract price paid for Mobilization and no additional payment will be made. City of Federal Way S 304th St at 28th Ave S Page 36 RFB # 15 -004 2015 1 1 0 1 I L -J 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Section 1- 08.0(1) is a new section: Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) Section 1- 08.0(2) is a new section: Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than ten (10) working days prior to the day(s) the Contractor is requesting to change the hours. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 37 2015 If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. 4. If a 4 -10 work schedule is requested and approved the non working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll 1 -08.1 Subcontracting (December 8, 2014 APWA GSP) Revise the eighth paragraph to read: On all projects funded with federal assistance the Contractor shall submit "Quarterly Report of Amounts Credited as DBE Participation" (form 422 -102 EF) on a quarterly basis, in which DBE Work is accomplished, for every quarter in which the Contract is active or upon completion of the project, as appropriate. The quarterly reports are due on the 20th of April, July, October, and January for the four respective quarters. 1 -08.1(1) Subcontract Work Completion and Prompt Pay of Retainage (August 4, 2014) The following procedures shall apply to all subcontracts entered into as a part of this Contract: Requirements 1. The Prime Contractor or Subcontractor shall make payment to the Subcontractor not later than ten days after receipt of payment from the Contracting Agency for work satisfactorily completed by the Subcontractor, to the extent of each Subcontractor's interest therein. 2. Prompt and full payment of retainage from the Prime Contractor to the Subcontractor shall be made within 30 days after Subcontractor's Work is satisfactorily completed. 3. For purposes of this Section, a Subcontractor's work is satisfactorily completed when all task and requirements of the Subcontract have been accomplished and including any required documentation and material testing. City of Federal Way S 3041h St at 28th Ave S Page 38 RFB # 15 -004 2015 1 4. Failure by a Prime Contractor or Subcontractor to comply with these requirements may result in one or more of the following: a. Withholding of payments until the Prime Contractor or Subcontractor complies b. Failure to comply shall be reflected in the Prime Contractor's Performance Evaluation c. Cancellation, Termination, or Suspension of the Contract, in whole or in part d. Other sanctions as provided by the subcontract or by law under applicable prompt pay statutes. Conditions This clause does not create a contractual relationship between the Contracting Agency and any Subcontractor as stated in Section 1 -08.1. Also, it is not intended to bestow upon any Subcontractor, the status of a third -party beneficiary to the Contract between the Contracting Agency and the Contractor. Payment The Contractor will be solely responsible for any additional costs involved in paying retainage to the Subcontractors. Those costs shall be incidental to the respective Bid Items. 1- 08.3(2)B Type B Progress Schedule (March 13, 2012 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(1), except that it may be limited to only those activities occurring within the first 60- working days of the project. Revise the first sentence of the second paragraph to read: The Contractor shall submit 3 copies of a Type B Progress Schedule depicting the entire project no later than 21- calendar days after the preconstruction conference. 1- 08.3(5) Payment (Special Provision) Section 1- 08.3(5) is supplemented with the following: "Type B Progress Schedule (Minimum Bid $500) ", lump sum 1 -08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: City of Federal Way S 304th St at 28th Ave S Page 39 1 RFB # 15-004 2015 1 -08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the Contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the Contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion Section 1 -08.5 is supplemented with the following: (March 13, 1995) This project shall be physically completed within 40 working days. (August 14, 2013 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4 -10 schedule) and the fifth day of the week in which a 4 -10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: City of Federal Way S 304th St at 28"' Ave S Page 40 RFB # 15 -004 2015 1 At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public City of Federal Way S 304th St at 28th Ave S Page 41 RFB # 15 -004 2015 The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1 -07.24 1-08.6 Suspension of Work (Special Provision) Section 1 -08.6 is supplemented with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive a Procurement Suspension, the Contractor shall, within 14 calendar days after execution by the Contracting Agency, place purchase orders of all materials deemed critical by the Contracting Agency for physical completion of the contract. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicated that the material procurements are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 14 calendar days, then the contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: Luminaire Poles Traffic Signal Poles & Equipment Traffic Signal Controllers Procurement Suspension shall be a maximum of 50 calendar days, unless otherwise approved by the Engineer. Charging of contract time will resume upon the delivery of the critical materials to the Contractor. 1 -08.7 Maintenance During Suspension (Special Provision) Revise the second paragraph to read: At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, and path for public City of Federal Way S 304th St at 28th Ave S Page 41 RFB # 15 -004 2015 use during suspension (as required in Section 1 -07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages (August 14, 2013 APWA GSP) Revise the fourth paragraph to read: When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Project Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. 1 -09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization (Special Provision) Section 1 -09.7 is supplemented with the following: Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made for this item. The Contractor will provide City with copy(s) of agreement(s). Payment is made under the following bid item: "Mobilization" per lump sum The lump sum bid price for "Mobilization" shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor's office, and other facilities necessary for work in the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses City of Federal Way S 304th St at 28th Ave S Page 42 RFB # 15 -004 2015 required to complete the project not furnished by the Owner; and ther work and operations which must be performed or costs that must be incurred. 1 -09.9 Payments (March 13, 2012 APWA GSP) Delete the first four paragraphs and replace them with the following: The basis of payment will be the actual quantities of Work performed according to the Contract and as specified for payment. I The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff dat will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be ma a every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved C ntractor's lump sum M breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand —100 percent of invoiced cost of material d livered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in 3ccordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfa orily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 43 2015 1 -09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1 -09.11 and not resolved by nonbinding ADR processes, shall be resolved through litigation unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1 -09.13(3)A Administration of Arbitration (October 1, 2005 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1.10.1 General (Special Provision) Section 1 -10.1 is revised with the following: Revise the first paragraph to read: If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of ten (10) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3 -19A, and WSDOT standard plans. The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. City of Federal Way S 304th St at 28th Ave S Page 44. RF8 # 15 -004 2015 Special Conditions S304th St and 28"' Ave S Special Requirements • At least one lane in each direction shall be maintained at all 7AM to 7PM, unless prior approval is received by the Engine • If a lane closure is required, at least one lane of traffic (alt( controlled) shall be maintained at all times. Prior approval is before closure of any lanes. • All lanes shall be open by 3:30PM in order to accommodate • Any closures between 7PM to 7AM require prior approval by • No more than one shift may be worked per day without apprc • The Contractor shall maintain at least one continuous P walkway throughout the project at all times. • Bus stops shall remain ADA accessible to pedestrians at all tie City of Federal Way Project Signs City of Federal Way Project signs shall be considered Constru Contractor shall provide two (2) project signs per the detail within P Drawings. 1 1 -10.2 Traffic Control Management 1- 10.2(1) General Section 1- 10.2(1) is supplemented with the following: (December 1, 2008) Only training with WSDOT TCS card and WSDOT training ct State of Washington. The Traffic Control Supervisor shall following: The Northwest Laborers-Employers Training Trust 9 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1- 800 -521 -0778 or (206) 382 -4090 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1- 10.2(1).B Traffic Control Supervisor Section 1- 10.2(1) is supplemented with the following: City of Federal Way S30 41h St at 281h Ave S Page 45 s between the hours of eating directions / flagger required by the Engineer peak hour traffic. City. of the Engineer. accessible pedestrian throughout the project. Signs Class A. The IN B, CFW Standard lum is recognized in the certified by one of the RFB # 15 -004 2015 The daily traffic control diary shall have a daily breakdown of labor hours spent (by individual) on traffic control duties. Daily hours shall be listed for Traffic Control Supervisor, Flaggers, Operation of PCMS signs; Other Traffic Control Labor, and any other Traffic Control Services provided. If an individual provides services under more than one bid item, it shall be clearly broken out and listed under each category. 1- 10.2(2) Traffic Control Plans (Special Provision) , Section 1- 10.2(2) is supplemented with the following: The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Contractor shall maintain continuous two -way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two -way traffic to allow one -way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 3. All business driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per business shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a business has only one driveway, then that driveway must be constructed one -half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners shall be notified in writing at least 48 hours in advance of any planned driveway closures. 4. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 5. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved will be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 6. Detours will not be allowed except as noted herein or Section 1- 07.23(2) as amended. 7. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. 8. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as City of Federal Way S 304th St at 28th Ave S Page 46 RFB # 15 -004 2015 rl Off Duty Uniformed Police Officer will be required only when the sigi mode or is not operational or otherwise approved by the project eng r1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) is supplemented with the following: The following devices are deemed compliant with the cras 350 and are approved for use on the project: Approved Category II Devices City of Federal Way S 304th St at 28th Ave S Page 47 1 system is in flashing requirements of NCHRP RFB # 15 -004 2015 possible. The streets, sidewalks and private driveways shall being a kept open by the Contractor except for the brief periods when actual work is done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. See Section 1- 07.23(1) for additional driveway closure requirements. 9. The Contractor shall provide traffic cones, barricades and dr ms, with warning lights in sufficient number and in good condition as required to prote4 throughout the length of the job. Traffic Safety Drums with fl t the work and the public shers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when c earance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. 10. Temporary paint striping, reflective marking tape, and /or retr reflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and /or retroreflective tubular markers as required at the direction of the Engineer. 11. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimens ons and legends and shall be signed by the preparer. 1.10.3 Traffic Control Labor, Procedures and Devices (Special Provision) 1- 10.3(1) Traffic Control Labor Section 1- 10.3(1) is supplemented with the following: The City shall reimburse the Contractor for the use of off duty uniforr>fied police officers at the invoiced cost per Standard Specifications 1 -09.6 Force Account. The Contractor shall request uniformed off -duty police officers from t e City of Federal Way Police Department, (253) 835 -6701. The request shall be made forty eight (48) hours before the use of the off -duty police officers on the project site. A minimum of four (4) hours call out time shall be paid for each request for off -duty police officers. It shall be the Contractors responsibility to arrange a work schedule to minimize any additional minimum call out requirement. No reimbursement of any portion of t1 costs incurred by the a minimum callout will be allowed where Contractor -made schedule revisions occur after an ofl duty officer has been _ procured. Off Duty Uniformed Police Officer will be required only when the sigi mode or is not operational or otherwise approved by the project eng r1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) is supplemented with the following: The following devices are deemed compliant with the cras 350 and are approved for use on the project: Approved Category II Devices City of Federal Way S 304th St at 28th Ave S Page 47 1 system is in flashing requirements of NCHRP RFB # 15 -004 2015 Type 1 & II Barricades Manufacturer WLI Industries Bent Manufacturing Bent Manufacturing Bent Manufacturing Eastern Metal Plasticade Products Plasticade Products Dicke Tool Company Traf Fix Devices, Inc. The Roadmaker Company Three D Traffic Works, Inc. Protection Services, Inc. Flex- O -Lite United Rentals Highways Bureau of Highway Safety The Cortina Companies Type III Barricades Manufacturer Bent Manufacturing Recycled Plastic Products Yodock Wall Company Cantel of Medford, Inc. Davidson Plastics Corp. Approved Portable Signs and Stands Manufacturer Montana DOT WLI Texas DOT Reflexite /Eastern Metals Model Number Safety Cade Type 11 Unicade Waffle Barricade Type II Plywood or Plastic Panel Type I & II Barricades Fibercade Type II Plasticade Type II Type I Plastic Barricade Plastic Folding Type I Barricade Type II Plastic Barricade TD2000 Works Barricade Type I & II Barricades Type I Barricade Type I & II Barricades Penn. Type III Barricade Type I Plastic Barricades Model Number Type III Barricade Hollow Core Plastic Barricade Yodock 2001 m Type I I I Barricade FZ -UP Type III Barricade T313 Type III Barricade Model Number DWG# 618 -02 (Plywood) SafetyCor Sign System (Plastic) Skid Mounted Sign Support (Plywood) DF 400 & DF 4700 TX (Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time) Wood Sign Posts Use the below charts to determine post size for Class A construction signs. Post Size 4x4 4x6 6x6 6x8 One Post Installation Min. Sion So. Ft. 17.0 21.0 26.0 Two Post Installation Max. Sian Sq. Ft. 16.0 20.0 25.0 31.0 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 48 2015 * The Engineer shall determine post size for signs greater than 75 feet in All signs required by the approved traffic control plan(s) as well as any other appropriate signs (For signs 5 or greater width) prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide Post Size Mina Sian Sq. Ft. Ma 44 shall be removed or 16. completely covered with metal, plywood, or an Engineer approved prDduct 4x6 17.0 36. When the need for 6x6 6x8 37.0 47.0 46. 75. posts, and supports from the project and they shall remain the prope ty of the Contractor. * The Engineer shall determine post size for signs greater than 75 quare feet. All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, ne t, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved prDduct specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor upon approval of the Engine r, shall remove all signs, posts, and supports from the project and they shall remain the prope ty of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All new orange background signs and all W20 -7a "Fla ger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon p 9 Yp 9 Y washer between the twist i fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There intermixing of signs with non - fluorescent orange reflective sign sheeting shall be no and signs with s fluorescent orange reflective sign sheeting on the same sign post. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major r hase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi - permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those si ns that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B cons ruction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the tr actor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than �on foot from the ground. Payment for setup and take down of Class B signs will be limited to t e labor cost to do the work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. Traffic Safety Drums used to delineate driveways and access locations to private properties within the work zone shall be yellow in color. Temporary Pavement Marking City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 49 2015 Description 4 The Contractor shall install and remove approved 4- inch -wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details DWG - 3 -17, DWG - 3 -18, and DWG - 3 -19, specified in the Special Provisions for this Contract, or as directed by the Engineer. Temporary pavement markings shall be removed after the installation of permanent lane marking is approved in writing by the Engineer. i Materials Materials for temporary pavement markings shall be selected from approved materials listed in the Qualified Products List (QPL). Preliminary Spotting The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. The City may provide pavement marking layout work for the Contractor if existing work load permits, but all costs incurred by the City in providing layout work at the Contractor's request shall be charged to the Contractor. Temporary Pavement Markings Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer until the permanent pavement markings are installed and approved in writing by the Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. Appropriately colored 4- inch -wide reflective traffic tape shall be installed with a skip pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap, unless otherwise specified on the Plans or in the Special Provisions for this Contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. The Contractor shall provide paint lines per sections 8 -22 and 9 -34, and RPMs per sections 8- 09 and 9 -21, at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement markings for any conditions not applicable for reflective tape. Paint lines for temporary pavement markings shall be incidental to Project Mobilization. 1 -10.4 Measurement (Special Provision) 1- 10.4(2) Item Bids With Lump Sum for Incidentals Section 1- 10.4(2) is supplemented with the following: (August 2, 2004) The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1- 10.4(2) shall apply. City of Federal Way S 304th St at 28th Ave S Page 50 RFB # 15 -004 2015 1 -10.5 Payment (Special Provision) Payment will be made in accordance with Section 1 -04.1, for es that are included in the Proposal: "Off- Duty Uniformed Police Officer", by Force Account. "Traffic Control Supervisor", per hour "Flaggers ", per hour "Portable Changeable Message Sign ", per hour of operation. "Other Traffic Control Labor", per hour "Construction Signs Class A ", per square foot of the following Bid items City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 51 2015 Division 2 Earthwork 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description (Special Provision) Section 2 -01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the limits shown in the plans. This bid item includes removal of all trees as noted on the plans or as directed by the Engineer to accommodate the improvements. Tree removal shall include removal of stumps and /or grinding of stumps to a depth at least two feet below finish grade elevation. 2 -01.5 Payment (Special Provision) Section 2 -01.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) when included in the proposal: "Clearing and Grubbing ", lump sum. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description (Special Provision) Section 2 -02.1 is supplemented with the following: The Contractor shall remove and dispose of all items shown on the Site Preparation plans, Illumination plans, Signing plans, and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor and are included in the lump sum bid item "Removal of Structure and Obstruction" (the Contractor shall review the Plans, Specifications, and project site to verify other items to be removed): Removal of pavements, other curbs, and sidewalks are included in the bid item "Roadway Excavation Incl. Haul' per Standard Specifications. City of Federal Way S 304th St at 28th Ave S Page 52 RFB # 15 -004 2015 1 2 -03.3 Construction Requirements (Special Provision) 1 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and G Section 2- 02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full-depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full depth sawcu . No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, sidewalks, curbs, and gutters within the entire project limits paid as "Roadway Excavation Incl. Haul" in accordance with Section shall be measured and -03. 2- 02.3(4) Removal and Relocation of Existing Private Improvements NEW SECTION (Special Provision) When directed by the Engineer, the removal and relocation of certai specified existing private improvements are to be completed under "Removal of Structure and Obstruction". Typical items of work covered by this bid item include: 1. Relocation of Yard Light(s) 2. Relocation of private irrigation systems, if applicable Any materials that are damaged (either during removal, storage, or construction) shall be repaired or replaced with new, like materials. 2- 02.3(5) Adjust Existing Utility to Grade NEW SECTION (Special Provision) As shown on the Plans, existing utilities such as monuments, manhol s, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished gi ade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall a smooth and flush with finished grade. The Contractor shall mark the location of all utilitie 3 prior to paving the new surface. Unless otherwise provided for in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed Existing facilities shall be adjusted to the finished grade as shown on ti e Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in k careful and workmanlike manner to conform to the new grade. Special care shall be exerci ed in all operations. Any damage occurring to the manholes, concrete inlets, monument cas s, valve boxes, or water mains, due to the Contractors operations, shall be repaired at the ontractor's own expense. Adjustments shall be made using bricks, concrete blocks, or ceme it, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 53 2015 I _- The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1- 05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6-inch-deep and 6- inch -wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within an Asphalt Cement Concrete Paved Surface: See Special Provision Section 7- 05.3(1). See respective sections for each utility for additional information, including measurement and payment. 2- 02.3(6) Removal of Rockery NEW SECTION (Special Provision) As shown on the Plans, the existing rockery wall shall be removed. There may be some acceptable materials from the existing wall that meets the material requirements of Section 8 -24.2 of these Special Provisions that can be used for the new Rock Retaining Wall. The Contractor may set aside these materials and test compliance on site, and if acceptable to the Engineer, may stockpile in an acceptable location on site as approved by the Engineer for later use in the new Rock Retaining Wall. 2-02.4 Measurement (Special Provision) Section 2 -02.4 is supplemented with the following: Sawcutting will be measured by the lineal foot for pavement removal as part of the roadway excavation only. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items No specific measurement will apply to the lump sum items of Removal of Structures and Obstructions 242.5 Payment (Special Provision) Section 2-02.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Removal of Structure and Obstruction ", Lump Sum. "Sawcutting", per lineal foot. No Structure Excavation Class B quantities are indicated on the Plans for the Removal of Structure and Obstruction. Structure Excavation Class B for the removal of items shall be considered included in the associated bid item for the removal. City of Federal Way S 304th St at 28th Ave S Page 54 RFB # 15 -004 2015 1 1 n C 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.2 Pavement Removal (Special Provision) Section 2 -03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, asphalt, concrete, Portland cement concrete pavement, sidewalks Contractor shall remove. curbs. Prior to removal, the Contractor shall make a full -depth sawcut delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. i No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. The removed pavement shall become the property of the Contractor nd shall be removed from the project. Damage caused to portions of the pavement to remai 1, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. j Removal of pavement, sidewalks, curbs, and gutters throughout the and paid as "Roadway Excavation Incl. Haul" and no additional paym 2 -03.4 Measurement (March 13, 1995) Section 2 -03.4 is supplemented with the following: Only one determination of the original ground elevation will Measurement for roadway excavation and embankment will be I elevations recorded previous to the award of this contract. ject shall be measured will be made. made on this project. on the original ground If discrepancies are discovered in the ground elevations, which will m�erially affect the quantities of earthwork, the original computations of earthwork quantities will b adjusted accordingly. Earthwork quantities will be computed, either manually or by means equipment, by use of the average end area method or by the fin utilizing digital terrain modeling techniques. 2 -03.5 Payment (Special Provision) Section 2 -03.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for each of are included in the Proposal: "Gravel Borrow Incl. Haul ", per ton "Roadway Excavation Incl. Haul ", per cubic yard City of Federal Way S 304th St at 28th Ave S Page 55 electronic data processing element analysis method following Bid item that RFB # 15 -004 2015 2-07 WATERING 2 -07.5 Payment (Special Provision) Section 2 -07.5 is supplemented with the following: When the Contract does not include water as a pay item, providing and applying the water shall be incidental to construction. All costs shall be included in the other Contract pay items. 2-09 STRUCTURE EXCAVATION 2 -09.4 Measurement (Special Provision) Section 2 -09.4 is supplemented with the following: Shoring or extra excavation Class B will be measured by the square foot as follows: The area for payment will be one vertical plane measured along the centerline of the trench, including Structures. Measurement will be made from the existing ground line to the bottom of the excavation and for the length of the Work actually performed. If the Contract includes a pay item for grading to remove materials, the upper limit for measurement will be the neat lines of the grading section shown in the Plans. The bottom elevation for measurement will be the bottom of the excavation as shown in the Plans or as otherwise established by the Engineer. 2 -09.5 Payment (Special Provision) Section 2 -09.5 is supplemented with the following: "Shoring or Extra Excavation, Class B" per square foot. 2 -12 CONSTRUCTION GEOSYNTHETIC 2 -12.4 Measurement (Special Provision) Section 2 -12.4 is supplemented with the following: Underground drainage geotextile used in trench drains will be measured by the square yard for the perimeter of drain actually covered. 2 -12.5 Payment (Special Provision) Section 2 -12.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for each of the following Bid item that are included in the Proposal: "Construction Geotextile for Underground Drainage ", per square yard. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 56 2015 1 � A Division 3 Production from Quarry and Pit Sites and 3-01 PRODUCTION FROM QUARRY AND PIT SITES 3-01.4 Contractor Furnished Material Sources (Special Provision) Section 3 -01.4 is supplemented with the following: No source has been provided for any materials necessary fo improvement. If the sources of material provided by the Contractor necessitate: than City streets, the Contractor shall, at his own cost and expen; for the use of haul routes. 3-01.6 Payment (Special Provision) Section 3 -01.6 is supplemented with the following: Any work performed by the Contractor under Division 3 shall be c furnishing of materials. All costs of acquiring, producing, and pl incidental to and included in the unit contract prices for the variou r the construction of this hauling over roads other make all arrangements nsidered incidental to the cing the material shall be items involved. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 57 2015 Division 4 Bases 4-04 BALLAST AND CRUSHED SURFACING 4 -04.1 Description (Special Provision) Section 4 -04.1 is supplemented with the following: Permeable Ballast shall be used as a base for pervious concrete sidewalks. Crushed surfacing shall be placed where shown in the Plans, as a base for impervious sidewalks, driveways, curb & gutter, and pavement, at existing driveways to provide temporary access, as backfill for unsuitable foundation excavation at mailbox supports, or for any other purpose deemed necessary by the Engineer. 4 -04.3 Construction Requirements 4 -04.3(4) Placing and Spreading (Special Provision) Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following: 2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed. 4 -04.4 Measurement (Special Provision) Section 4 -04.4 is supplemented with the following: Permeable ballast will be measured by the ton. . Crushed surfacing base course will be measured by the ton. 4 -04.5 Payment (Special Provision) Section 4 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal: "Permeable Ballast ", per ton. "Crushed Surfacing Base Course ", per ton. City of Federal Way S 304th St at 28th Ave S Page 58 RFB # 15 -004 2015 Division 5 Surface Treatments and Pavements 5-04 HOT MIX ASPHALT 5 -04.1 Description (Special Provision) Section 5 -04.1 is supplemented with the following: Asphalt concrete pavement shall be used at the following locations on the project: 1. HMA CL 1/2 ", PG 64 -22: For all asphalt concrete roadway and driveway construction and reconstruction per the Typical Roadway section details on the Plans. 5-04.3 Construction Requirements 5- 04.3(3)A Material Transfer Device/Vehicle (August 3, 2009 WSDOT GSP) Section 5- 04.3(3)A is deleted in its entirety. 5 -04.3(5)A Preparation Of Existing Surfaces (Special Provision) Section 5- 04.3(5)A is supplemented with the following: In accordance with Section 1- 07.15(1) Spill Prevention, Control an (SPCC), as part of the SPCC the Contractor shall address the mitige in the event that the paving operation is suspended or terminated F coat being fully covered. 5- 04.3(7)A3 Commercial Evaluation (Special Provision) Section 5- 04.3(7)A3 is supplemented with the following: The Contractor may, in lieu of developing a new mix design, select 6 the current year or from the previous year for approval by the Engine 5- 04.3(8)A4 General (Special Provision) Section 5- 04.3(8)A1 is supplemented with the following: Commercial HMA shall be accepted under the guidance of Testing for Small Quantities of Materials" of the 2015 WSDOT (M 41- 01.20). City of Federal Way S 304th St at 28th Ave S Page 59 J1 Countermeasures Plan Ling measures to be taken ior to the asphalt for tack mix design from 9 -1.1A, "Sampling and Jon Manual RFB # 15-004 2015 5 -04.3(10)B Control (Special Provision) Delete Section 5- 04.3(10)6 in its entirety and replace it with the following: HMA mixture accepted by commercial evaluation shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. 5- 04.3(12) Joints (January 5, 2004 WSDOT GSP) Section 5- 04.3(12) is supplemented with the following: HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 5- 04.3(13) Surface Smoothness (January 5, 2004 WSDOT GSP) The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. 5- 04.3(16) Weather Limitations (August 3, 2009 WSDOT GSP) The first sentence of Section 5- 04.3(16) is revised to read: HMA for wearing course shall not be placed on any traveled way from * ** October 15 * ** and through March 31 st of the following year without written approval from the Engineer. 5- 04.3(22) Temporary Asphalt Pavement (Special Provision) Section 5- 04.3(22) is a new section, as follows: Temporary asphalt pavement shall be placed by the Contractor immediately upon the request of the Engineer for the maintenance of traffic during construction. These areas include: voids created by the removal of existing improvements (i.e. traffic islands, curbs), providing paved access to private properties, and ramps for property access during cement concrete driveway approach construction. All temporary paving shall be approved by the Engineer before placement. All temporary pavement shall be placed with a minimum thickness of 2 inches. Any areas of temporary pavement to be removed and replaced shall be approved by the Engineer beforehand. This work shall also include the removal of temporary asphalt concrete pavement in its entirety prior to final paving. Temporary asphalt pavement shall consist of asphalt concrete cold patch mix. Payment for temporary asphalt pavement shall be considered incidental to other bid items. City of Federal Way S 304th St at 28th Ave S Page 60 RFB # 15 -004 2015 5 -04.4 Measurement (Special Provision) Section 5 -04.4 is supplemented with the following: HMA Cl. ' /z" PG 64 -22 will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, Or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5- 04.3(11), the material removed will not be measured. 5 -04.5 Payment (Special Provision) Section 5 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1, for each of the following Bid items that are included in the Proposal: "HMA Cl. W PG 64 -22 ", per ton. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 61 2015 "Class 111 Reinf. Conc. Storm Sewer Pipe 12 in. Diam. ", per lineal foot "Ductile Iron Storm Sewer Pipe 12 In. Diam. ", per linear foot. The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, but not limited to, all pavement removal, trench excavation, removal of existing storm sewer pipe, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding material, backfill material and compaction, connection'to new or existing storm sewers or drainage structures, sawcutting for trench excavation, surface restoration, haul and offsite disposal of excavated native material, cleaning and testing costs related to maintaining existing drainage system during construction or to provide temporary drainage systems, testing storm sewer pipe, and temporary patching hot mix to allow for the passage of traffic. 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description (Special Provision) Section 7 -05.1 is supplemented with the following: In the first paragraph, after "these Specifications ", add "City of Federal Way Standard Drawings ". 7 -05.2 Materials (Special Provision) Where applicable, Section 7 -05.2 is superseded with the following: Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -1 Type 1 L Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -2. Type 2 Catch Basins shall be constructed in accordance with City of Federal Way Standard Dwgs 4 -3 and 4-4. Area drains shall be Type 18 Area Drain, Shope Concrete Products, or approved equal. Vaned grates and associated frames (City of Federal Way Dwgs. 4 -6 and 4 -10) shall be used for all catch basins unless noted in the plans or directed otherwise by the Engineer. Standard herringbone grate shall be constructed in accordance with City of Federal Way Standard Dwg 4 -5. Rectangular Solid Locking Cover shall be constructed in accordance with City of Federal Way Standard Dwg 4 -7. Round Solid Locking Cover and Frame shall be constructed in accordance with City of Federal Way Standard Dwgs 4 -12 and 4 -13. City of Federal Way S 304th St at 28th Ave S Page 64 RFB # 15 -004 2015 r 1 1 Conversion Riser for Type 1 and 1 L Catch Basins shall be per City of Federal Way Standard Dwg 4 -18. Heavy Duty Round Solid Cover and Frame shall be manufactured from ductile iron. Covers shall be hinged and incorporate a 90 degree blocking system to prevent accidental closure and come complete with hinge infiltration plug. The lid shall be operable by one person using standard tools and capable of withstanding a test load of 100,000 lbs. Frames shall be circular, compatible with City of Federal Way standard top slab openings, incorporate a seating ring, and be available in a 24 -inch clear opening. The frame depth shall not exceed 4 inches, and the flange shall incorporate bedding slots and bolt holes. All components shall be black coated. Frame weight: 73 lbs. Cover weight:. 122 lbs. Total weight: 195 lbs. The heavy duty manhole frame and lid shall be Rexus 24 -inch Manhole Cover and Frame (or approved equal) as manufactured by the Certainteed Corporation. (Optional local distributor: Titus Industries located at 62292 Byram Road, Bend, OR 97701, Email: Ititus @neverleek.com, Phone: 541 - 389 - 1975.) The Contractor shall place anti -seize compound on all locking lid bolts prior to the final project punch list inspection. Pollution Prevention Marker shall be per City of Federal Way Standard Dwg 4 -11. 7 -05.3 Construction Requirements (Special Provision) Section 7 -05.3 is supplemented with the following: Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 2- 03.3(14)C "Method B" of the Standard Specifications. Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered to a depth of 3/4 inch on the outer surface. Catch basin covers shall be adjusted to the rim elevations depicted on the storm profile drawings. Catch basin covers, lids, frames and grates shall be as noted in the Plans or directed by the Engineer. Catch basins shall include conversion risers (City of Federal Way Standard Drawing No. 4 -18) to accommodate round lids where indicated in the Plans or directed by the Engineer. All structures, new or existing, located within the proposed wheel path shall utilize heavy duty round solid locking lids as shown in the Plans or directed by the Engineer. 7- 05.3(1) Adjusting Manholes and Catch Basins to Grade (Special Provision) Section 7- 05.3(1) is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for manholes and catch basin conversion risers and a neat rectangular shape for type 1 catch basins. The edge of the cut shall be 18 inches from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed. The manhole and catch basin frames shall be lifted and reset to the final grade, plumb to the roadway, and shall remain operational and accessible. City of Federal Way RFB # 15-004 S 304th St at 281h Ave S Page 65 2015 The Contractor shall adjust the manholes and catch basins with pre -cast grade rings and mortar. The top' /" minimum adjustment shall be made using either tapered or non- tapered Infra - Riser rubber adjustment rings as manufactured by East Jordan Ironworks or approved equal, with a maximum 2 -inch thickness, as required. Metal adjustment rings shall not be used. If more than three grade rings are required to adjust a manhole to final grade, including. existing grade rings, the Contractor shall remove the existing cone section, install a pre -cast manhole section of sufficient height to limit the number of grade rings to a maximum of three, and reinstall the cone section prior to paving operations. Cover and grate frames shall be securely grouted to the structure. Where existing structures are located within the wheel path of a proposed travel lane, catch basins adjusted to grade shall also include conversion risers and heavy duty locking covers per Section 7- 05.3(9). Commercial HMA shall be placed and mechanically compacted in uniform lifts to finished grade. The Hot Mix Asphalt (HMA) top course shall meet the requirements of Section 5-04 of the Standard Specifications. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat (per City of Federal Way Standard Dwg 3 -55) and immediately covered with dry paving sand before the asphalt for tack coat solidifies. See section 7 -05.3 of these special provisions for ring & cover and frame & grate requirements as applicable to both existing and proposed structures. 7- 05.3(3) Connections to Existing Manholes (Special Provision) Section 7- 05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins as applicable. Connection to Existing Pipe The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins without obstructing flow from upstream locations. Where new pipe is connected to existing pipe, the Contractor shall verify the type of existing pipe and join the pipes with a pipe adapter specifically manufactured for joining the pipes involved or as directed by the Engineer. The connection shall be made by carefully cutting or removing the existing pipe and installing a new section of pipe from the existing pipe into the new catch basin. Care shall be taken in cutting the existing pipe. The new section of pipe shall be the same size and material as the existing pipe, or an approved substitution. Connections, grouting, backfilling, and all other work necessary to make the connection shall conform to appropriate provisions of Section 7 -05.3. All costs associated with this work shall be included in the unit contract price for the related item of work (new manhole or catch basin). No extra compensation will be made for removal of existing pipe damaged by Contractor negligence. 7 -05.4 Measurement (Special Provision) Section 7 -05.4 is supplemented with the following: City of Federal Way S 304th St at 28"' Ave S Page 66 RFB # 15 -004 2015 1 7 -05.5 Payment (Special Provision) Section 7 -05.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Catch Basin Type 1 ", per each [� The unit contract price per each for all bid items above shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all pavement removal and disposal, structure excavation class B, removal of existing structures, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding material, backfilling, compaction, sawcutting for trench excavation, surface restoration, testing, and furnishing and placing of all accessories such as traps, steps or ladders, temporary patching hot mix to allow for the passage of traffic, and otheritems as applicable. Frames and grates rings and covers (standard duty or heavy duty where called for on the plans), and conversion riser shall also be considered included in the catch basin bid items to which they apply. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.1 Description (Special Provision) Section 7 -08.1 is supplemented with the following: This information shall cover the general requirements for installing culverts, storm sewers, sanitary sewers, and water mains. The Contractor shall also follow all provisions of Sections 7- 02 (Culverts), 7 -04 (Storm Sewers), 7 -09 (Water Mains), 7 -17 (Sanitary Sewers), and 1 -07.23 (Public Convenience and Safety) as it applies to the specific kind of work. 7-08.3 Construction Requirements (Special Provision) Section 7 -08.3 is supplemented with the. following: Dewatering Trenches Where water is encountered in the trench, it shall be removed during pipe- laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 67 2015 Sawcutting for trench excavation, Structure Excavation Class B, haul and disposal of excavated native material, removal.of existing structures, backfilling and compaction of the structure backfill will not be measured as these items are incidental to the pay items for each type of structure. Catch Basin Type 1 shall be measured per each unit installed. 7 -05.5 Payment (Special Provision) Section 7 -05.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Catch Basin Type 1 ", per each [� The unit contract price per each for all bid items above shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all pavement removal and disposal, structure excavation class B, removal of existing structures, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding material, backfilling, compaction, sawcutting for trench excavation, surface restoration, testing, and furnishing and placing of all accessories such as traps, steps or ladders, temporary patching hot mix to allow for the passage of traffic, and otheritems as applicable. Frames and grates rings and covers (standard duty or heavy duty where called for on the plans), and conversion riser shall also be considered included in the catch basin bid items to which they apply. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.1 Description (Special Provision) Section 7 -08.1 is supplemented with the following: This information shall cover the general requirements for installing culverts, storm sewers, sanitary sewers, and water mains. The Contractor shall also follow all provisions of Sections 7- 02 (Culverts), 7 -04 (Storm Sewers), 7 -09 (Water Mains), 7 -17 (Sanitary Sewers), and 1 -07.23 (Public Convenience and Safety) as it applies to the specific kind of work. 7-08.3 Construction Requirements (Special Provision) Section 7 -08.3 is supplemented with the. following: Dewatering Trenches Where water is encountered in the trench, it shall be removed during pipe- laying operations and the trench so maintained until the ends of the pipe are sealed and provisions are made to prevent floating of the pipe. Trench water or other deleterious materials shall not be allowed to enter the pipe at any time. City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 67 2015 All work associated with maintaining a trench suitable for pipeline construction will be incidental and included in other items of work. 7- 08.3(3) Backfilling (Special Provision) Section 7- 08.3(3) is supplemented with the following: Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical tamper(s) as specified in Sections 7- 08.3(3) of the .Standard Specifications or other mechanical compaction device approved by the Engineer. 7 -09.3 Construction Requirements (Special Provision) Section 7 -09.3 is supplemented with the following: All pavement marking damaged by trenching shall be repaired after trenching is backfilled. The new pavement marking shall match the damaged pavement marking. All pavement marking repair cost shall be incidental to the trenching, including all necessary 4abor and material. 7 -20 STORMWATER TREATMENT SYSTEMS NEW SECTION (Special Provision) 7 -20.1 Description 7- 20.1(1) Work Included This work consists of constructing a cartridge filter manhole, of the type and size designated in accordance with the Plans and Specifications 7- 20.1(2) General Like items of equipment specified herein shall be the end products of one manufacturer in order to achieve standardization for operation, maintenance, spare parts, and manufacturer's service. The use of the manufacturer's name and model or catalog number is for the purpose of establishing the standard of quality and general configuration only. Products of other manufacturers will be considered in accordance with the General Conditions. 7- 20.1(3) Manufacturer's Services A manufacturer's representative for the equipment specified herein shall be present on the jobsite for a minimum of three (3) person -days total, travel time excluded, for installation assistance, inspection, and certification of the equipment installation and proper operation. 7- 20.1(4) Submittals City of Federal Way S 304th St at 28th Ave S Page 68 RFB # 15 -004 2015 Submittals for the cartridge filter manhole shall include the following items in accordance with Division 1, General Requirements. 1. Shop Drawings including size, location, inlet and outlet inverts, appurtenant piping, valves, access ways, venting details; bedding, backfill, concrete top slab, lid details, and anchorage tiedown system details. The concrete top slab design shall be prepared by a registered structural engineer and provide HS -20 loading. 2. Complete materials list. 3. Documentation of corrosion protection package elements and all site - specific protection needs. 4. Manufacturer's data and calculations to demonstrate compliance with product criteria included within these Specifications. 5. Manufacturer's recommended installation and maintenance procedures. 7 -20.2 Materials Bedding and backfill materials for the cartridge filter manhole shall be in accordance with Section 7- 05.3. 7- 20.2(1) Water Quality Cartridge Filter Manhole The cartridge filter manhole shall include: 1. A filtration chamber with a bank of media cartridges. 2. Fittings and required extension piping for vents 3. Access lids and galvanized steel ladders with required extensions. 4. Lifting lugs at balancing points for handling and installation. 5. Identification nameplates affixed to to prominent location, durable and legible throughout equipment life. The cartridge filter manhole shall be supplied by CONTECH Engineered Solutions, Inc., 11835 NE Glenn Widing Dr, Portland, OR, 97220 (800 548 -4667) or approved alternate manufacturer. The media filtration system shall meet the requirements for Enhanced Basic Treatment in the 2009 King County Surface Water Design Manual. All metal parts shall be corrosion resistant. Water Quality Cartridge Filter shall be capable of removing 80 % TSS. It shall conform to the applicable ASTM standards for underground precast concrete utility installation, and shall meet the following minimum performance and sizing requirements: 1. Design treatment capacity: 0.039 cubic feet per second (offline) 2. Maximum peak flow: 0.192 cubic feet per second The cartridge filter manhole shall include a filter chamber with a bank of media filled cartridges. The cartridges shall filter stormwater observable from the surface and horizontally across the media with siphonic action across the entire media area during the treatment flow. Hoods and separate valves controlling flow to each media cartridge shall be used to limit blockages to individual cartridges. City of Federal Way RFB # 15 -004 S 304th St at 28'" Ave S Page 69 2015 The hydraulic profiles and horizontal footprint of the cartridge filter manhole shall fit within the storm drain profiles and horizontal areas depicted for each system on the plans. The cartridge filter manhole shall include a sign indicating "CAUTION — CONFINED SPACE ENTRY, AUTHORIZED PERSONNEL ONLY" or similar. Signs shall be clearly visible upon entry. 7 -20.3 Construction Requirements Installation of the cartridge filter manhole and all appurtenances shall be in accordance with the plans and the manufacturer's recommended installation procedures, and fit within the footprint area and profile grades shown on the plans. Contractor shall exercise extreme care in the site storage, transport and installation of the cartridge filter manhole and appurtenances. Damage as a result of improper handling or installation shall be the sole responsibility of the Contractor and shall be repaired in accordance with manufacturer recommendations or replaced at no additional cost to the Owner. 7- 20.3(1) Water Quality Cartridge Filter Manhole A. The cartridge filter manhole shall be supplied with cartridges and filter media installed. Plugs or caps shall be provided for all manifold fittings not equipped with a filter cartridge. B. Filter cartridges shall be delivered with the cartridge filter manhole. Contractor shall take appropriate action to protect the cartridges from sediment and other debris during - construction. Methods for protecting the cartridges include but are not limited to: 1. Remove cartridges from the manhole and store appropriately. 2. If manhole is equipped with underdrain bypass piping, Contractor may leave cartridges in the vault and allow stormwater entering collection system to bypass filter bay through underdrain bypass piping. 3. Leave cartridges in the manhole and plug inlet and outlet pipe to prevent stormwater from entering the vault. C. The method ultimately selected shall be at Contractor's discretion and Contractor's risk. D. Filter cartridges shall not be placed in operation until the manhole (including all components) is clean and the project site is clean and stabilized (construction erosion control measures no longer required). The project site includes any surface that contributes storm drainage to the system. All impermeable surfaces shall be clean and free of dirt and debris. All catch basins, manholes and pipes shall be free of dirt and sediments. Contact the manufacturer to assist with system activation and /or inspect the system for proper installation once site is clean and stabilized. E. Cleanup: I 1. The project site shall be clean and free of dirt and debris before runoff is allowed to enter the filter. Site work shall be in a complete condition as approved by the engineer. The project site includes any surface that contributes storm drainage to the system. City of Federal Way S 304th St at 28th Ave S Page 70 RFB # 15 -004 2015 1 A 'I 2. The inlet/outlet chamber and filter chamber(s) shall be free of construction debris and sediment before the system is placed in operation. 3. Contractor shall remove the temporary filter fabric around the inlet grate to place the system in operation. 4. The 4 -inch cleanout plug in the overflow weir wall shall remain in place for proper operation of the system. 5. Remove all excess materials, rocks, roots, or foreign material, leaving the site in a clean, complete condition approved by the Engineer. All components shall be free of any foreign materials including concrete and excess sealant. 7- 20.3(2) Installation Warranty Manufacturer's representative shall observe installation of the Stormwater Filter Treatment System, Stormwater Pre - Treatment System, and Flow Splitter and shall provide a certificate of satisfactory installation to Owner prior to operation. 7 -20.4 Measurement No specific unit of measurement shall apply to the lump sum item "Water Quality Cartridge Filter Manhole ". 7 -20.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Water Quality Cartridge Filter Manhole ", lump sum. The lump sum contract price for "Water Quality Cartridge Filter Manhole" shall be full payment for furnishing all labor, tools, equipment, and materials necessary to complete the system according to the Plans and Specifications, including, but not limited to, cartridge filters and manhole, excavation including haul, dewatering (if required), foundation material, bedding, backfill in accordance with manufacturer's requirements, compaction, connection to storm drains, sawcutting for trench excavation, surface restoration, testing and cleaning, confined space signage, submittals, and furnishing and placing of all accessories such as access covers, cast iron rings, traps, steps, grating, orifice plates and other hardware items. City of Federal Way S 304th St at 28th Ave S Page 71 RFB # 15 -004 2015 Division 8 Miscellaneous Construction 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.1 Description (Special Provision) Section 8 -01.1 is supplemented with the following: All disturbed areas shall be hydroseeded. The seeding may be accomplished by approved hand methods when impractical to perform by hydroseeding. The Contractor shall submit the proposed plan for hand seeding to the Engineer for approval five (5) days prior to any seeding. 8 -01.2 Mulching (Special Provision) Section 8 -01.2 is supplemented with the following: Erosion Control Seed Mix 9- 14.2(2) 8 -01.3(2)D Mulching (Special Provision) Section 8- 01.3(2)D is supplemented with the following: Wood cellulose fiber mulch used with erosion control seeding shall be applied in accordance with manufacturer's recommendations (Le. rate and method). Mulch shall be applied with a tackifier per section 8- 01.3(2)E. 8 -01.4 Measurement (Special Provision) The third paragraph bf Section 8 -01.4 is revised to read as follows: Inlet protection will be measured per each for each initial installation at a drainage Structure. High Visibility Fence will be measured per lineal foot installed. I No specific measurement will be made for Erosion/Water Pollution Control as that is by force account. Seeding, fertilizing, and mulching will be measured by the acre by ground slope measurement or through the use of design data. 8 -01.5 Payment (Special Provision) Section 8 -01.5 is supplemented with the following: City of Federal Way S 304th St at 28th Ave S Page 72 RFB # 15 -004 2015 Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Inlet Protection", per each. "High Visibility Fence ", per linear foot. "Erosion/Water Pollution Control ", by force account as provided in Section 1 -09.6. "Seeding, Fertilizing and Mulching ", per acre. 8 -04 CURBS, GUTTERS, AND SPILLWAYS 8-04.4 Measurement (Special Provision) Section 8 -04.4 is supplemented with the following: All curbs, gutters, and spillways will be measured by the linear foot along the line and slope of the completed curbs, gutters, or spillways, including bends. Measurement of cement concrete curb and cement concrete curb and gutter, when constructed across driveways or sidewalk ramps, will include the width of the driveway or sidewalk ramp. 8 -04.5 Payment (Special Provision) Section 8 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Cement Conc. Traffic Curb and Gutter", per linear foot. 8-06 CEMENT CONCRTE DRIVEWAY ENTRANCES 8 -06.3 Construction Requirements (Special Provision) Section 8 -06.3 is supplemented with the following: Section 1 -07 of these Special Provisions describes the restriction driveway closures and construction that will be in place for this contract. To meet these requirements, the Contractor may use a quick setting concrete. The Engineer shall approve the quick- setting mix prior to use. Driveway entrances shall be constructed per City of Federal Way Standard Details. Crushed rock may be used, with Engineer approval, to maintain a driving surface for residents. WP 8 -06.4 Measurement (Special Provision) City of Federal Way 3304 1" St at 281h Ave S Page 73 RFR # 15 -004 2015 Section 8 -06.4 is supplemented with the following: I Cement concrete driveway entrances will be measured by the square yard of finished surface. 8 -06.5 Payment (Special Provision) Im Section 8 -06.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Cement Conc. Residential Driveway Entrance, Type 1" per square yard. If the Contractor chooses to use a quick - setting concrete mix to meet the requirements of Section 1 -07, it will be measured per the square yard and paid for as "Cement Conc. Driveway Entrance, Type 1". Any additional costs to use such mix shall be incidental to the bid item for "Cement Conc. Driveway Entrance, Type 1", and no additional payment will be made. 8-09 RAISED PAVEMENT MARKERS 8-09.3 Construction Requirements Section 8 -09.3 is supplemented with the following: (December 12, 2012 * * * * * *) RPMs shall be installed per City of Federal Way Standard Details. RPMs shall not be ceramic. 8 -09.4 Measurement (Special Provision) Section 8 -09.4 is supplemented with the following: Measurement of markers will be by units of 100 for each type of marker furnished and set in place. 849.6 Payment (Special Provision) Section 8 -09.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Raised Pavement Marker Type 2 ", per hundred. 8 -12 CHAIN LINK FENCE AND WIRE FENCE 8- 12.2Materials (August 3, 2009) j9 City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 74 2015 Coated Chain Link Fence Chain link fence fabric shall be hot -dip galvanized with a minimum of 0.8 ounce per square foot of surface area. Fencing materials shall be coated with an ultraviolet- insensitive plastic or other inert material at least 2 mils in thickness. Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match Federal Standard 595 color number * ** 27038 * * *, or be as approved by the Engineer. Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch -up paint shall be compatible with the coating system used. 8 -12.4 Measurement (Special Provision) Section 8 -12.4 is supplemented with the following: Chain link fence and wire fence will be measured by the linear foot of completed fence, along the ground line, exclusive of openings. End, corner, and pull posts for chain link fence are incidental to the lineal foot measurement of the fence. There will be no separate measurement. 8 -12.5 Payment (Special Provision) Section 8 -06.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Coated Chain Link Fence Type 4 ", per linear foot. The unit Contract price per linear foot for "Coated Chain Link Fence Type 4" shall be full payment for all costs for the specified Work including brace post installation and all other requirements of Section 8 -12 for Chain Link Fence, unless covered in a separate Bid Item in this section. Payment for clearing of fence line for "Coated Chain Link Fence Type 4" shall be in accordance with Section 2 -01.5. 8 -14 CEMENT CONCRETE SIDEWALK 8 -14.1 Description (Special Provision) Section 8 -14.1 is supplemented with the following: City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 75 2015 r Pervious Cement Concrete Sidewalk This Work shall also consist of constructing pervious cement concrete sidewalk, in accordance with details shown in the Plans and these Special Provisions. Completed pervious concrete sidewalk shall conform to the lines, grades, thicknesses and typical cross - sections shown in the Plans or established by the Engineer. Materials, production and placement of pervious cement concrete shall meet the specifications for Pervious Concrete Pavement, American Concrete Institute (ACI) Specification 522.1 -13 and as modified in these Special Provisions. Submittals The Contractor shall submit information satisfactorily demonstrating to the Engineer the Contractor's successful completion of previous pervious concrete projects within the last five years of similar scope and size, including certification as a National Ready Mixed Concrete Association (NRMCA) Pervious Concrete Contractor Certification Program "Pervious Concrete Installer". The submittal shall include project names and locations, the names and contact information for the owners, photographs of the completed work, a copy of the Pervious Concrete Installer certificate, and a detailed description of the methods and equipment implemented for the pervious concrete placement, and shall submitted to the Engineer on or before the Pre - Construction Conference. The Contractor is encouraged to provide submittals as early as possible to facilitate approval of the materials and the contractor performing the work. Cement Concrete Stairway This Work shall also consist of constructing cement concrete stairs and seat walls, in accordance with details shown in the Plans and these Special Provisions. 8 -14.2 Materials (Special Provision) Section 8 -14.2 is supplemented with the following: Pervious Cement Concrete Cement: Portland Cement Type I or II conforming to ASTM C 150 or Portland Cement Type IP or IS conforming to ASTM C 595. Aggregate: Use crushed gravel, stone meeting No. 8 coarse aggregate or No. 89 coarse aggregate per ASTM D 448. If other gradation of aggregate is to be used, submit data on proposed material to the Engineer for approval at least 7 working days prior to performing the work. Air Entraining Agent: Comply with ASTM C 260 Water: Comply with ASTM C 94 Base Rock: Permeable Ballast per Section 4 -04 Concrete Mix Design The Contractor shall submit a proposed mix design for the pervious cement concrete, with proportions of materials, to the Engineer 7 working days prior to commencement of work. ACI 522R -10 shall be used to determine mix design proportions. The data for the mix design shall include fresh density of the proposed pervious concrete mixture as determined in accordance with AASHTO T 19M/T 19 paragraph 11, jigging procedure. City of Federal Way S 304th St at 28th Ave S Page 76 RFB # 15 -004 2015 1 1 t 1 IProvide total void content, meeting the below criteria, with concrete mix design submittal. Concrete Mix Design Criteria • The cementitious content, including pozzolans if used, shall be between 450 and 550 pounds per cubic yard. • Total void content shall be greater than 15 percent and less than 25 percent, as measured by ASTM C 1688. • The water /cementitous material ratio, by weight, shall be between 0.27 and- 0-35. 8 -14.3 Construction Requirements (Special Provision) Section 8 -14.3 is supplemented with the following: Pervious Cement Concrete Sidewalk Mix Time: Truck mixers shall be operated at the speed designated as mixing speed by the manufacturer for 75 to 100 revolutions of the drum. Transportation: The portland cement aggregate mixture may be transported or mixed. on site and should be placed within one (1) hour of the introduction of mix water. This time can be increased to 120 minutes when utilizing a hydration stabilizer. Water may only be added by the concrete producer to obtain the required mix consistency. A minimum of 20 revolutions at the manufacturer's designated mixing speed shall be required following any addition of water to the mix. Jointing: Control (contraction) joints shall be installed normally at 10 foot intervals. Control joints shall be located so as to match the joints in the curb and gutter, whether the pervious concrete sidewalk is adjacent to the curb or separated by a planter strip. They shall be installed at a depth of % the thickness of the sidewalk. These joints can be installed in the plastic concrete with a rolling joint tool designed specifically for this purpose or saw cut (with prior approval of Engineer). Sawcutting is not the preferred joint method. If saw cut, the procedure should begin as soon as the sidewalk has hardened sufficiently to prevent raveling and uncontrolled cracking (normally after curing). Transverse construction joints shall be installed whenever placing is suspended a sufficient length of time that concrete may begin to harden. In order to assure aggregate bond at construction joints, a bonding agent suitable for bonding fresh concrete to existing concrete shall be brushed, rolled or sprayed on the existing sidewalk surface edge. Isolation (expansion) joints will not be used except when sidewalk is abutting slabs or other adjoining structures. Placing and Finishing Equipment: Unless otherwise approved by the Engineer in writing, the Contractor shall provide mechanical equipment of either slip form or form riding with a following compactive unit that will provide a minimum of 10 psi vertical force. The pervious concrete sidewalk will be placed to the required cross section and shall not deviate more than +/- 3/8 inch in 10 feet from profile grade. If placing equipment does not provide the minimum specified vertical force, a full width roller or other full width compaction device that provides sufficient compactive effort shall be used immediately following the strike -off operation. After mechanical or other approved strike -off and compaction operation, no other finishing operation will be allowed. If vibration, internal or surface applied, is used, it shall be shut off immediately when forward progress is halted for any reason. The Contractor will be restricted to sidewalk placement widths of a maximum of fifteen (15) feet unless the Contractor can demonstrate competence to provide City of Federal Way RF8 # 15 -004 S 304'" St at 28th Ave S Page 77 2015 sidewalk placement widths greater than the maximum specified to the satisfaction of the Engineer. Curing: Curing procedures shall begin immediately after the final placement operations. The pavement surface shall be covered with a minimum of (6) mil thick polyethylene sheet of other approved covering material. Prior to covering, a fog shall be sprayed above the surface when required due to ambient conditions. The cover shall overlap all exposed edges and shall be secured to prevent dislocation due to wind or adjacent traffic conditions. Cure sidewalk for a minimum of 7 days, unless otherwise specified. Testinsa and Acceptance of Pervious Cement Concrete Sidewalk Test Panels: The Contractor shall place, joint and cure one test panel, each to be a minimum of 50 square feet at the project site to demonstrate to Engineer's satisfaction that a satisfactory sidewalk can be installed at the location. If the test panel meets Engineer's approval for aesthetics and pressure wash testing, it can be left in -place and included in the completed work. If the requirements mentioned above are not met, the test panel shall be removed at the Contractor's expense and disposed of in an approved landfill. Pervious Concrete Void Structure: The Pervious Concrete Void Structure shall be tested in accordance with ASTM C 1688 and shall be between 15 and 25 percent. Unit Weight: The Contractor shall test, in accordance with WAQTC TM 2 and AASHTO T 121, at least one sample for each day's placement of pervious cement concrete to verify unit weight. Delivered unit weights shall be determined in accordance with AASHTO T 121. The measure shall be filled and compacted in accordance with AASHTO T 19M/T 19 paragraph 11, jigging procedure. The unit weight of the concrete shall be +/- 5 pcf of the design unit weight. Pressure Wash Testing: The Contractor shall pressure wash the pervious concrete sidewalk using a washer working at a minimum of 3,000 psi and 1.0 gpm. The nozzle shall be held a maximum of 3 inches off the concrete. The Contractor shall wash the entire top surface of the pervious concrete sidewalk. Sections of pervious concrete that breaks up, pits or does not infiltrate shall be removed and replaced, at no cost to the Contracting Agency. (April 4, 2011) The Contractor shall request a pre- meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control City of Federal Way S 304th St at 28th Ave S Page 78 RFB # 15 -004 2015 I t 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces Private Water Service In Construction Zone Contractor shall exercise extreme caution when conducting excavation for Cement Concrete Stairway. A private water service line may be very close to the excavation and private water service lines are not located with One -Call locates. 8 -14.4 Measurement (Special Provision) Section 8 -14.4 is supplemented with the following: Cement concrete sidewalks will be measured by the square yard of finished surface and will not include the surface area of the curb ramps. Cement concrete curb ramp type parallel will be measured per each for the complete curb ramp type installed and includes the installation of the detectable warning surface. Measurement for pervious cement concrete sidewalk will be by the square yard of finished surface. Measurement for Cement Concrete Transition Ramp will be made as part of Cement Concrete Sidewalk. Measurement for concrete pathway on private property will be made as part of Cement Concrete Sidewalk. No specific measurement will be made for the lump sum bid item "Cement Concrete Stairway ". 8 -14.5 Payment (Special Provision) Section 8 -14.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Cement Conc. Sidewalk ", per square yard The unit Contract price per square yard for "Cement Conc. Sidewalk" shall include installing the Cement Concrete Transition Ramps and extruded concrete curbing. "Cement Conc. Curb Ramp Type Parallel", per each The unit Contract price per each for "Cement Conc. Curb Ramp Type Parallel' shall be full pay for installing the curb ramp as specified, including the "Detectable Warning Surface ": City of Federal Way S 304th St at 281h Ave. S 1 Page 79 RFB # 15 -004 2015 "Pervious Cement Concrete Sidewalk ", per square yard. "Cement Concrete Stairway ", lump sum. The lump sum Contract price for "Cement Concrete Stairway" shall be full pay for installing the cement concrete stairs including seat walls. 8 -18 MAILBOX SUPPORT 8 -18.1 Description (Special Provision) Section 8 -18.1 is supplemented with the following: Mailboxes designated as "single" consist of one box on a single post. Existing posts shall be assumed to be embedded in concrete. Mailboxes to be relocated include the following: Station Location Existing Box A 14 +93, RT SingleMood Post 8 -18.3 Construction Requirements (Special Provision) Section 8 -18.3 is supplemented with the following: Existing mailboxes that require relocation shall be removed, salvaged, and maintained in such a manner that does not impair their usefulness. Existing mail boxes and support structures shall be preserved and protected. Contractor shall coordinate with the postal service and property owners regarding temporary locations. Contractor shall coordinate with the postal service and the Engineer on final location of mailboxes on east side of 28th Avenue S. Mail service to customers shall not be disrupted at any time during construction as a result of Contractor's activities. 8- 18.3(2) Type 1 Mailbox Foundation (Special Provision) Section 8- 18.3(2) is supplemented with the following: Timber posts placed per plan and backfilled with minimum class 3000 concrete. Concrete used shall be a minimum 2 cubic feet and provide the post with a minimum of 3 inches of cover. Top of concrete foundation shall be placed 4 inches below finished grade. 8 -18.4 Measurement (Special Provision) Section 8 -18.4 is supplemented with the following: City of Federal Way S 304th St at 28th Ave S Page 80 RFB # 15-004 2015 1 Mailbox supports will be measured by the unit for each kind of mailbox support furnished and installed in its permanent location. 8 -18.5 Payment (Special Provision) Section 8 -18.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Mailbox Support Type 1 ", per each Payment shall include costs for all labor, tools, equipment, material, and disposal required to complete the work specified for permanent placements including relocation of existing mailbox to new post. Temporary relocation of any mail boxes shall be included in various unit bid prices of the contract; no separate payment will be made. SECTION 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, ELECTRICAL 8 -20.1 Description Section 8 -20.1 is replaced with the following: (December 12, 2012" * * * *) Work includes furnishing and installing all materials necessary to provide: 1. A fully functional traffic signal system at the intersection of S 3001 Street and 28th Ave S. 2. Modification to the existing street light systems on the north and west approaches to the intersection. 3. Installation of new 12 -pair copper wire interconnect and 24 count fiber optic cable on south side of S 304th Street between the new signal at 28th Ave S and the existing signal at Military Road S. All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. Work shall include the supply, testing, and installation of all traffic signal hardware including the communication cable and interface system, and when specified, the modification of such an existing system. The work involves, but shall not be limited to, the following: 1. Signal controllers and equipment 2. Signal cabinets and bases 3. Signal interconnect copper system 4. Signal interconnect fiber system 5. Signal poles 6. Signal and pedestrian heads 7. Emergency Pre - emption equipment 8. Junction boxes 9. Loop detection 10. Conduit and wire 11. Luminaires 12. Illumination poles and bases City of Federal Way S 304th St at 28th Ave S 1 Page 81 RFB # 15 -004 2015 13. Electrical service, enclosures, connections, and bases 14. UPS /BBS Cabinet, connections, and bases Work shall include the supply, testing and installation of all traffic signal hardware including the communication cable and interface system, and when specified, the modification of such an existing system. This work will also include the installation of a complete, functional illuminations stem. p Y 8- 20.1(1) Regulations and Code Section 8- 20.1(1) is supplemented with the following: (March 13, 2012) '1 Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8- 20.1(2) Industry Codes and Standards (March 13, 2012 * * * * * *) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331. 8 -20.2 Materials Section 8 -20.2 is supplemented with the following: (March 13, 2012 * * * * * *) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9- 03:9(3) of the Standard Specifications. Bedding material shall consist of 5/8 -inch minus crushed rock free of any deleterious substances (Section 9- 03.1(5)A of the Standard Specifications). Requirements for signal equipment and materials are contained in Section 9 -29 of the Standard Specifications and Section 9 -29 of these Specifications. 8- 20.2(1) Equipment List And Drawings The first paragraph is deleted and replaced with the following: (January 26, 2012 * * * * * *) Within one (1) week following the pre - construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job . site. City of Federal Way S 304th St at 28th Ave S Page 82 RFB # 15-004 2015 r Section 8- 20.2(1) is supplemented with the following: (March 13, 1995 WSDOT GSP) !, Pole base to light source distances (1­11) for lighting standards with pre- approved plans shall be as noted in the Plans. (March 13, 1995 WSDOT GSP) If traffic signal standards, strain pole standards, or combination traffic signal and lighting standards are required, final verified dimensions including pole base to signal mast arm connection point, pole base to light source distances (1-11), mast arm length, offset distances to mast arm mounted appurtenances, and orientations of pole mounted appurtenances will be furnished by the Engineer as part of the final approved shop drawings prior to fabrication. 8 -20.3 Construction Requirements 8- 20.3(1) General Section 8- 20.3(1) is supplemented with the following: Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency. The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site. (January 26, 2012 * * * * * *) Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 83 2015 0 (November 14, 2014 * * * * * *) Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All, salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. Removed signal and electrical equipment which remains the property of the Contracting Agency shall be delivered to: King County Signal Shop Attn: Mark Parrett 155 Monroe Avenue NE Renton, Washington 98056 Phone: 206 - 396 -3763 Forty eight (48) working hours advance notice shall be communicated to both the Engineer and the Signal Technician at the address listed above. Delivery shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through Friday. Material will not be accepted without the required advance notice. Equipment damaged during removal or delivery shall be repaired or replaced to the Engineer's satisfaction at no cost to the Contracting Agency. The Contractor shall be responsible for unloading the equipment where directed by the Engineer at the delivery site. (January 26, 2012 * * * * * *) Contractor Owned Removals All removals associated with an electrical system, which are not designated to remain the property of the Contracting Agency, shall become the property of the Contractor and shall be removed from the project. The Contractor shall: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 83 2015 0 1. Remove all wires for discontinued circuits from the conduit system or as directed by the Engineer. 2. Remove elbow sections of abandoned conduit entering junction boxes or as directed by the Engineer. 3. Abandoned conduit encountered during excavation shall be removed to the nearest outlets or as directed by the Engineer. 4. Remove foundations entirely, unless the Plans state otherwise. a. Backfiil voids created by removal of foundations and junction boxes. b. Backfilling and compaction shall be performed in accordance with Section 2 -19 09.3(1)E. Signal Display Installation Signal displays shall be installed no more than 30 days prior to scheduled signal turn on or �! changeover. Signal displays and reflectorized backplates when installed prior to signal turn -on !f or changeover shall be covered and not visible to vehicular traffic at any time. (May 15, 2000 WSDOT NWR) Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. (June 20, 1995 WSDOT NWR) Pole Removal Poles designated for removal shall not be removed prior to approval of the Engineer. (October 31, 2005 WSDOT NWR) Construction Core Installation The Contractor shall coordinate installation of construction cores with Contracting Agency maintenance staff through the Engineer. The Contractor shall provide written.notice to the Engineer, a minimum of seven working days in advance of proposed installation. The Contractor shat ,,advise the Engineer in writing when construction cores are ready to be removed. dk (May 15, 2000 WSDOT NWR) Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval 8- 20.3(2) Excavating and Backfilling Section 8- 20.3(2) is supplemented with the following: (January 8, 2013 *** * * *) The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawc uts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, City of Federal Way S 304th St at 28th Ave S Page 84 RFB # 15-004 2015 1 All trenches shall be properly signed and /or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. All sawcutting in paved area shall be incidental to the trenching or other excavating activity. All pavement marking damaged by trenching or other excavating activity shall be repaired after backfilling. The new pavement marking shall match the damaged pavement marking. All pavement marking repair cost shall be incidental to the trenching or other excavating activity, including all necessary labor and material. 8- 20.3(4) Foundations Section 8- 20.3(4) is supplemented with the following: (December 18, 2009 * * * * * *) The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. Foundations for the Type I traffic signal poles shall conform to Standard Plan J- 21.10 -04. City of Federal Way RFB # 15 -004 S 3041h St at 281" Ave S Page 85 2015 vibrated in place, followed by either 3 inches minimum of HMA Cl 1/2" PG 64 -22, or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9 -04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (21') above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right -of -way and outside the traveled way shall have a minimum of twenty -four inches (24 ") cover over conduits. Such trenches shall be backfilled with bedding material two inches (211) above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and /or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (811) layers with each layer compacted to ninety -five percent (95 %) of maximum density in traveled ways, and ninety percent (90 %) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and /or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. All sawcutting in paved area shall be incidental to the trenching or other excavating activity. All pavement marking damaged by trenching or other excavating activity shall be repaired after backfilling. The new pavement marking shall match the damaged pavement marking. All pavement marking repair cost shall be incidental to the trenching or other excavating activity, including all necessary labor and material. 8- 20.3(4) Foundations Section 8- 20.3(4) is supplemented with the following: (December 18, 2009 * * * * * *) The foundation for the controller and service cabinets shall conform to the detail on the Plans. Conduits shall be centered horizontally except service conduit, which shall be placed at the side of the power panel. Foundations for the Type I traffic signal poles shall conform to Standard Plan J- 21.10 -04. City of Federal Way RFB # 15 -004 S 3041h St at 281" Ave S Page 85 2015 Foundations for the Type II and Type III traffic signal poles shall conform to details on the Signal Standard .Sheet in the Plans. Foundations for the streetlight poles shall conform to City of Federal Way Drawing Number 3 -39 except that foundation depth shall be as noted on the Illumination Pole Schedule. Pole foundations within the sidewalk area shall be constructed in a single pour to the bottom of the cement concrete sidewalk. The sidewalk shall be constructed in a separate pour. Pole foundations not within the sidewalk area shall incorporate a 3 -foot by 3 -foot by 4- inch -thick cement concrete pad set flush with the adjacent ground. Where the pad abuts a sidewalk, the pad shall extend to the sidewalk and the top of the pad shall be flush with the sidewalk. A construction joint shall be provided between the two units. 8- 20.3(4)A Controller Foundations (Special Provision) NEW SECTION The controller foundation shall conform to the City of Federal Way's Drawing No. 3-45B and 3- 45C included in the Appendix of these Specifications. Additionally, the pad mount shall conform to the following: 1. The concrete pedestal height shall be 20 inches.. 2. The spare two -inch conduit shall run to the nearest junction box, unless placement of such would exceed the junction box capacity in which case the spare two -inch conduit shall run to the next nearest junction box. 3. Conduits shall be centered horizontally except service conduit which shall be placed at the side of the power panel. 4. Pedestal shall be tapered from top to bottom at 1:10 on all four sides. 5. Unit shall be mounted on a cement concrete pad per Plan Details. 6. Conduits shall be placed in the front 1/3 of the foundation. Foundations constructed with conduits located within the three (3) inch cabinet mounting flange shall be removed and reconstructed. Modification of the three (3) inch cabinet mounting flange will not be accepted. The service cabinet foundation shall also be constructed on the larger cement concrete pad noted on the Plans and shall conform to the City of Federal Way's Drawing No. 3-45 included in the Appendix of these Specifications. 8- 20.3(5) Conduit Section 8- 20.3(5) is supplemented with the following: (March 16, 2011 * * * * * *) All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: City of Federal Way S 304'^ St at 28"' Ave S Page 86 RFB # 15 -004 2015 8- 20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit Section 8- 20.3(5)A2 is supplemented with the following: (August 10, 2005 WSDOT NWR) Conduit Seal, Detectable Tape and Location Wire Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an approved mechanical plug at both ends of the conduit run. Installation of mechanical plugs shall conform to the manufacturer's recommendations. Upon installation of wiring at other locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare conduit shall be plugged. A pull string rated for 200 lbs. or greater shall be installed in all spare conduits. 8- 20.3(5)B Conduit Type . Section 8- 20.3(5)B is supplemented with the following: (March 16, 2011 J Conduit Type All conduits for signal cable raceways under driveways shall be Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8- 20.3(6) is supplemented with the following: (March 13, 2012 * * * * * *) Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy -duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right -of -Way Accessibility Guideline (PROWAG). Approved products are: 1.) Mebac1 (their most aggressive surface) manufactured by IKG Industries 2.) SlipNOT Grade 3- coarse manufactured by W.S. Molnar Company. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 87 2015 PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT &T) /C — Cable COMCAST(AT &T) /F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra - COBRA luminaire system 8- 20.3(5)A2 ITS and Cabinet Outer and Inner Duct Conduit Section 8- 20.3(5)A2 is supplemented with the following: (August 10, 2005 WSDOT NWR) Conduit Seal, Detectable Tape and Location Wire Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an approved mechanical plug at both ends of the conduit run. Installation of mechanical plugs shall conform to the manufacturer's recommendations. Upon installation of wiring at other locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare conduit shall be plugged. A pull string rated for 200 lbs. or greater shall be installed in all spare conduits. 8- 20.3(5)B Conduit Type . Section 8- 20.3(5)B is supplemented with the following: (March 16, 2011 J Conduit Type All conduits for signal cable raceways under driveways shall be Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Section 8- 20.3(6) is supplemented with the following: (March 13, 2012 * * * * * *) Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy -duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right -of -Way Accessibility Guideline (PROWAG). Approved products are: 1.) Mebac1 (their most aggressive surface) manufactured by IKG Industries 2.) SlipNOT Grade 3- coarse manufactured by W.S. Molnar Company. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 87 2015 All streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8- 20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J- 40.10 -03. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J- 40.30 -03. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J- 40.30.03. Junction box lids and frames shall be grounded per Section 8- 20.3(9). Junction boxes shall be located at the station and offset indicated on the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. Junction boxes for copper and /or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J- 40.30 -03. 8- 20.3(8) Wiring Section 8- 20.3(8) is modified as follows: (March 6, 2012 * * * * * *) The following is inserted between the 3'd and 4th paragraph of this section: Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape, 3 -M 06147 or equal, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastik splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead -in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. (March 6, 2012 * * * * * *) The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss /lighting connector kits. Installation shall conform to details in the Standard Plans. City of Federal Way S 304th St at 28th Ave S Page 88 RFB # 15 -004 2015 i r 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 (March 6, 2012 706 for Lights) ......................................................................................................................................................._.........._._....._..._.............._._. ..... ....... ....................... The following is inserted between the 11 th and 12th paragraphs of this section: ..................._.......... Orange 714 724 734 744 754 764 774 784 794 Field Wiring Chart (IMSA Standards) ........... Push button 501 +Input 508 AC +Detectors Black (Common 715 725 735 502 AC- 509 AC +12 Volts 775 785 795 705 ............................ for Push button ........................................................................................................................................................................................................................................__..__.......... 503 AC +Lights 510 Remote -Flash .............�..�.............. 504 AC +Lights 511 Remote -All Red ,811 ................................................. .821 831 ......................................................................._ 841 851 861 ......... 505 AC +Lights 512 -520 Special 801 Detectors L000. 1 822 832 506 AC +Control 551 -562 Interconnect 872 882 892 802 ............................... Loo 2 507 AC +Crosswalk 593 -598 Rail Road Preemption 843 853 ............................... 863 873 883 893 ..��._......._...._�........... 803 o.2............_........... .813 ................................................... .......... ........... 824 83 . . 4 .......... .......... 844 85 . . 4 Phases 1 2 3 4 5 6 7 8 A B 825 .Emer encY ............. Oran,9t.(B ).........................:..: ............................581 845 .584 587 875 590 895 805 Vehicle Yellow Call ) .815 . 816 585. 588 ............................... .846 591..._..........._. ............._................. 876 886 ........................ ..............................l .... ............................. ............................582 Preemption............ Blue...( BB) .................. ............................... ............................... 586 589 592... _.. 837 ._ 857 . ........ ............................... ...........................583 Vehicle Red ... ............................... ................................................................................. 611 621 ......................................................................................................................................... 631 641 651 ............................... 661 _..... 671 _.......... .........._............___...._ 681 ..._......._.......__.........� 691 ._._..__...__ 601 828 Heads 622 632 642 652 662 672 682 692 .................__........ 602, Vehicle .Oran9a ....................... ............................6.12 . .......... . . ........... ..................... 613 623 ............................................................_..............._._.........__......._ .......... ........... . .......... 633 643 653 663 673 683 693 603 981 .Green ,Black ,614 624 634 644 654 664 674_.684 922 694. 604_. 952 White 618 626 636 646 656 666 676 686 696 606 Common) . ............................... .... .... .... .... .... ... ... ... .... • Pedestrian Red Hand ( ..... .............).... ........... - 711 721 ------------- ........ ------------.......------............--------....................................................................... 731 741 751 761 771 ......._..............__....... 781 791 _ .............._._ 701 ........... i r 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 L6 o�?.1 ,811 ................................................. .821 831 ......................................................................._ 841 851 861 ......... 871 .................................._....__. 881 891 ........__._............__...._ 801 Detectors L000. 1 822 832 842 852 862 872 882 892 802 ............................... Loo 2 _812 823 833 843 853 ............................... 863 873 883 893 ..��._......._...._�........... 803 o.2............_........... .813 ................................................... .......... ........... 824 83 . . 4 .......... .......... 844 85 . . 4 864 _........................ 874 884 894 804 .Loo .814 825 835 845 855 865 875 885 895 805 . L000. 3 ............... ............................... .815 . 816 . 826 .836 .846 .856 .86fi 876 886 896 806 Loop.4 827 837 847 857 867 877 887 897 ................__......._.... 807 . ......... ......................... L000 4 ,817 .................................................................................................................................................... 828 838 848 858 868 ............................._� 878 888 $98 ......._......._..._...._..._.. 808 Vehicle .......................... .........818 Loop 1 ..................................................................................................................................._................................... 911 921 931 941 951 961 971 981 991 901 Detectors/ ........... ......... Loop ............................................................................................................_..........................._........................__.......... 922 932 942 952 962 972 982 ._._....................._..... 992 902 Count Loops .1 .......................... ............................912 Loop.? ............................... ................ ......91.3.........923......... ........... 933......... 943......... 953......... 963......... 973.._.... 983.........993�._.�903._... L000 924 934 944 954 964 974 984 994 904. . ........ .2 .......................... L000. 3 .914 ..................................................................................................................................._._........................... 915 925 935 945 955 965 975 �.. _...............__......_..._.� .985 995 w .. 905 ......... _ _ _ __ ............... Loop. 3 ..................................................................................................... 916 926 936 946 ............................... 956 966 976 _......._.......... 986 ....._..................._._.._ 996 906 ...................................................... L000. 4 ....... ............................... 917 927 937 947 957 967 977 987 997 907 Loop 4 918 928 938 948 958 968 978 988 998 908 City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 89 2015 Section 8- 20.3(8) is supplemented with the following: (March 6, 2012 * * * * * *) Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified on the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 AWG pole and bracket cable. (March 13, 1995 WSDOT NWR) Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR) Illumination Circuit Splices Temporary splices shall be the heat shrink type. (June 6, 2012 ** * * * *) 8- 20.3(8)A COPPER INTERCONNECT CABLE INSTALLATION NEW SECTION Copper interconnect cable shall be 12 pair No. 19 AWG communications cable meeting IMSA Specification No. 40 -20 -1984. A 12 position terminal block shall be mounted on a panel on the rack on the interior side of the controller cabinet. Interconnect cables shall not be spliced or terminated except inside the traffic signal controller cabinet at terminal panel locations. Termination of copper interconnect cable shall be performed by a King County Signal technician. The contractor shall notify King County when cable is ready for terminations with a minimum of two working day's notice. 8- 20.3(8)B FIBER OPTIC CABLE INSTALLATION NEW SECTION (Special Provision) Fiber optic cable conduit shall be installed along S 304th Street, intercept the existing underground interconnect conduit just east of the 28th Ave S intersection. The fiber optic cable shall be singlemode cable conforming to the requirements of Section 9- 29.3(1) Fiber Optic Cable and Section 9- 29.3(1)A Singlemode Fiber Optic Cable. Fiber Optic Cable shall be Coming ALTOS All- Dielectric Cable or approved equal 8- 20.3(8)B1 f=iber Optic Cable Submittals The Engineer's approval of any submitted documentation shall in no way relieve the Contractor from compliance with the safety and performance requirements as specified herein. Submittals required by this item shall include, but not be limited to, the following: 1. A material staging plan, should the Contractor propose City owned property as a staging area. 2. Manufacturer's complete specifications for all communication system cables and associated electronics and hardware components. 3. Manufacturer's complete specifications for optical fiber and twisted -pair cable splice enclosures. 4. A detailed fiber optic installation procedure including the following. a. Fiber optic cable cutting lengths reflecting the cable order and reel allocations. City of Federal Way S 304t^ St at 28th Ave S Page 90 RFB # 15 -004 201:5 b. Cable pulling plan which shall state the exact operational procedures to be utilized and which identifies the physical locations for equipment placement, proposed equipment setup at each location, pulling tension on all cables for each pull, staffing, and the pulling methodology for each type of cable. c. Exact splice points as provided for herein. d. Workforce proposed for all equipment, safety, and manual assist operations. 5. Factory test data sheets for each reel of cable delivered. 8- 20.3(8)B2 Fiber Optic Cable Installation The Contractor shall determine a suitable cable installation method to ensure that all cable installation requirements shall be met in all conduit sections. All work shall be carried out in accordance and consistent with the highest standards of quality and craftsmanship in the communication industry with regard to the electrical and mechanical integrity of the connections; the finished appearance of the installation; as well as the accuracy and completeness of the documentation. The Contractor shall make a physical survey of the project site for the purpose of establishing the exact cable routing and cutting lengths prior to the commencement of any fiber optic work or committing any fiber optic materials. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. All work areas shall be clean and orderly at the completion of work and at times required by the Engineer during the progress of work. Fiber Optic Cables shall be installed in continuous lengths without intermediate splices throughout the project, except at the location(s) specified in the Plans. . The Contractor shall comply with the cable manufacturer's specifications and recommended procedures including, but not limited to the following: 1. Installation. 2. Proper attachment to the cable strength elements for pulling during installation. 3. Bi- directional pulling. 4. Cable tensile limitations and the tension monitoring procedure. T 5. Cable bending radius limitations. The Contractor shall protect the loops from tangling or kinking. At no time during the length of the project shall the cable's minimum bending radius specifications be violated. In all cable vaults and /or junction boxes designated in the plans, minimum cable slack of 15 yards shall be left by the Contractor, unless otherwise specified in the plans. The cable slack length of fiber optic cable shall be coiled and secured with tie wraps to racking hardware or as specified in the plans. The pulling eye/ sheath termination hardware on the fiber optic cables shall not be pulled over any sheave blocks. When power equipment is used to install fiber optic cabling, the pulling speed shall not exceed 30 yards per minute. The pulling tension limitation for fiber optic cables shall not be exceeded under any circumstances. City of Federal Way RFB # 15 -004 S 3041h St at 281h Ave S Page 91 2015 11 Large diameter wheels, pulling sheaves and cable guides shall be used to maintain the appropriate bending radius. Tension monitoring shall be accomplished using commercial dynamometers or load - cell instruments. Patch co r ds placed, between pad cab i net s shall be protected by plastic spiral wrapping. Spiral wrap shall cover the entire length of the patch cord(s) to within 12 inches of end. The spiral wrap shall be installed before the patch cords are pulled into the conduit(s) and be rated for use in electrical installations. 8- 20.3(8)B3 Fiber Optic Cable Splicing This section describes the minimum requirements for splicing and connecting of the specified fiber optic cables. Unless otherwise directed by the Engineer, underground splicing of fiber optic cable in junction boxes or vaults will not be permitted. All termination splicing will take place in the traffic signal controller cabinets. The Contractor shall provide all required brackets and other racking hardware required for the fiber optic cable racking operations as specified. All fusion splicing equipment shall be in good working order, properly calibrated, and meeting all industry standards and safety regulations. Splices shall utilize two half shells bolted together with stainless steel bolts and be fitted neoprene gasket. Selected splices shall not require a re -entry kit. Cable preparation, closure installation and splicing shall be accomplished in accordance with accepted and approved industry standards. Upon completion of the splicing operation, all waste material shall be deposited in suitable containers for fiber optic disposal, removed from the job site, and disposed of in an environmentally acceptable manner. The Contractor shall use the fusion method with local injection and detection for all fiber optic splicing. The average splice loss of each fiber shall be 0.15 dB or less per splice. The average splice loss is defined as the summation of the attenuation as measured in both directions through the fusion splice, divided in half. No individual splice loss measured in a single direction shall exceed 0.20 dB. The Contractor shall seal all cables where the cable jacket is removed. The cable shall be sealed per the cable manufacturer's recommendation with an approved blocking material. If approved, all below ground splices shall be contained in waterproof splice enclosures. All splices shall be contained in splice trays utilizing strain relief, such as heatshrink wraps, as recommended by the splice tray manufacturer. Upon sealing the splice closure, the Contractor shall show that the closure maintains 68.4 kPa of pressure for a 24 -hour period. I 8- 20.3(8)B4 Fiber Optic Cable Terminations Fiber optic cable shall be terminated utilizing factory manufactured pigtails with LC type connectors and UPC type polishing. Pigtails shall be fusion spliced to fiber optic cable. 8- 20.3(8)BS Fiber Optic Cable Patch Panels City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 92 2015 1 Terminated fiber optic cable shall be installed in the signal controller cabinet utilizing patch panels. Patch panel(s) shall be Corning model Single -Panel Housing (SPH -01 P) or approved equal. Panel(s) shall be wall mountable. Mounting location shall be as directed by the Engineer. 8- 20.3(8)B6 Fiber Optic Cable Labeling Permanent cable labels shall be used to identify fibers and patch cords at each termination point. The cable labels shall consist of white colored heat shrink wraps with identification. 8- 20.3(8)B7 Fiber Optic As -Built Records The Contractor shall provide the Engineer with a cable route diagram indicating the actual cable route and "meter marks" for all intersections, directional change points in the cable mounting, and all termination points. The Contractor shall record these points during cable installation. The Contractor shall provide Cable system "as- built drawings showing the exact cable route to the Engineer. Information such as the location of slack cable and its quantity shall also be recorded in the cable route diagram. 8- 20.3(8)B8 Fiber Optic Cable Testing The installed optical fiber cable shall be tested for compliance with the transmission requirements of this specification, the cable and hardware manufacturer's specifications, and prescribed industry standards and practices. 8- 20.3(8)B9 Type of Testing The types or acceptance testing for optical fiber cable system certification are: 1. Attenuation testing 2. Optical Time Domain Reflectometer (OTDR) testing 8- 20.3(8)B10 Attenuation Testing Insertion loss testing shall be used to measure end -to -end attenuation on each new fiber installed between a field device and a fiber termination cabinet. Insertion loss testing shall be performed at the 1310 nanometer wavelength in both directions. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the test equipment along with certification that is has been calibrated within 6 months of the proposed test dates. 8- 20.3(8)B11 Optical Time Domain Reflectometer (OTDR Testing) An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end -to -end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 93 2015 D The following information shall be documented for each fiber test measurement: 1. Wavelength 2. 3. Fiber type Cable, tube and fiber IDs 4. Near end and far end test locations 5. End- to-end attenuation 6. Date, time and operator 8- 20.3(8)B11 Optical Time Domain Reflectometer (OTDR Testing) An optical time domain reflectometer (OTDR) with recording capability shall be utilized to test the end -to -end transmission quality of each optical fiber. Quality tests shall consider both attenuation and discontinuities. The OTDR shall be equipped with 1310 nanometer and 1550 nanometer light sources for singlemode optical fibers. The OTDR shall be capable of providing electronic and hard copy records of each test measurement. The OTDR shall be equipped with sufficient internal masking to allow the entire cable section to be tested. This may be achieved by using an optical fiber pigtail of sufficient length to display the City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 93 2015 D required cable section or by using an ODTR with sufficient normalization to display the required cable section. Prior to commencing testing, the Contractor shall submit the manufacturer and model number of the OTDR test unit along with certification that it has been calibrated within the 6 months of the proposed test dates. Each new mainline and lateral fiber shall be tested in both directions at the 1310 and 1550 nanometer wavelengths. Existing mainline and lateral fibers that are spliced to or re- spliced as part of this contract shall also be tested in both directions and at both wavelengths. The following information shall be documented for each fiber test measurement: 1. X -Y scatter plot for fiber length 2. Wavelength 3. Refraction index 4. Fiber type 5. Averaging time 6. Pulse width 7. Cable and fiber IDs 8. Near end and far end test locations 9. Date, time, and operator 10. Event table that includes: event ID, type, location, loss and reflection 8- 20.3(8)B12 Fiber Optic Cable Testing Documentation The Contractor shall submit on hard copy and one electronic copy of the fiber test results to the Engineer for approval. The Contractor shall take corrective actions on portions of the fiber installation determined to be out of compliance with these specifications. Upon acceptance of the cable installation and test results, the Contractor shall submit three (3) hard copies and one electronic copy of the fiber test results to the Engineer. Hard copy submittals shall be bound in 3 -ring binders. The electronic submittal shall be on a compact disk and include one licensed copy of the applicable OTDR reader program. The following information shall be included in each test result submittal: 1. Contract number, contract name, Contractor name and address. 2. Dates of cable manufacture, installation and testing. 3. Cable specifications. 4. Locations of all splices. 5. OTDR test results. 6. Attenuation test results. 8- 20.3(8)B13 Racking in Fiber Vaults The Contractor shall rack the cable in vertical figure eight loops, which shall permit pulling slack from the vault without introducing twist to the cable. The splice closures shall also be racked. Cables shall be racked and secured with nylon ties. Nylon ties shall not be over - tightened. �. Identification or warning tags shall be securely attached to the cables in at least two locations in each fiber vault. All coiled cable shall be protected to prevent damage to the cable and fibers. Racking shall include securing cables to brackets (racking hardware) that extend from the sidewalls of the fiber vault. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 94 2015 8- 20.3(8)B14 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owners manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 8- 20.3(8)B15 Warranty The Data Distribution and Transmission Systems and components shall be provided with a one -year minimum, on -site parts and labor warranty from the date that the system successfully completed testing. This quality assurance shall cover each piece of equipment and shall be provided by the manufacturer or agent of said equipment. (January 26, 2012 * * * * * *) 8- 20.3(8)C Video, Voice, and Data Distribution and Transmission Systems NEW SECTION '. All wiring, cable, and cords associated with this equipment shall be neatly dressed and secured to the rack frames or cable trays by nylon ties. 8- 20.3(8)C1 Documentation Documentation for each system element shall consist of the manufacturer's name and model number, serial number when available, materials and operating specifications, wiring schematic and parts list, owner's manuals, factory service manuals, and procedures for factory testing and system acceptance testing specified elsewhere herein. The Contractor shall submit three (3) copies of the documentation specified above prior to installation of the cable or components described in the submittal. In addition, the Contractor shall submit three (3) copies of an overall system wiring schematic and termination chart for the installed elements (operation and maintenance manuals). All documentation for each individual element shall be neatly bound in a way for the information is secured together and is totally legible without removing the,information from the binding. This documentation shall be in addition to any other data, shop drawings, etc. required to be submitted as specified in these Special Provisions. 8- 20.3(8)C2 Warranty The Data Distribution and Transmission Systems and components shall be provided with a one -year, on -site parts and labor warranty from the date that the system successfully completed testing. This quality assurance shall cover each piece of equipment and shall be provided by the manufacturer or agent of said equipment. 8- 20.3(9) Bonding and Grounding Section 8- 20.3(9) is supplemented with the following: (March 13, 2012 * * * * * *) At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. City of Federal Way ' S 304th St at 28th Ave S 1 Page 95 RFB # 15 -004 2015 Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, g/. -inch in diameter by 10 -feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. _ (October 23, 2014 * * * * * *) In addition to the two service grounds provided at the service cabinet each Type II, III, IV, or V signal standard shall have a supplemental ground installed per Standard Plan J- 60.05. Section 8- 20.3(9) is supplemented with the following: (August 21, 2006 WSDOT NWR) Junction Box Grounding Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway system of which the existing junction box is a part. 8- 20.3(10) Services, Transformer, Intelligent Transportation System Cabinet Section 8- 20.3(10) is supplemented with the following: (March 13, 2012 * * * * * *) The City developed and submitted an electrical service connection request prior to releasing this contract. The application is valid for 90 days from receiving approval from Puget Sound Energy. The expiration date will be provided at the pre - construction meeting. The Contractor shall be responsible for extending or reapplying for this service connection with Puget Sound Energy if the 90 day period expires before the connection can be made. The Contractor shall make arrangements for a new electrical service connection. The Engineer will approve Electrical Service Installations. The Contractor shall request the City of Federal Way Building Division to perform required inspections for service approval. Electrical service location is detailed in the Plans. The Contractor shall notify the City of Federal Way inspector when the service is ready for connection. A two- circuit electrical service shall be used at 240/120 volts, 60 Hz AC. The underground electrical service shall be brought to the load center in minimum 2 -inch conduit. Wire sizes and conduit terminations between the load center and the connection location shall meet the requirements of PSE as applicable. The service shall be split in the load center into a 120 -volt circuit for the signals and 240 volt for the illumination. The service conductors shall be installed by the contractor from the service cabinet to just outside of the transformer as shown in the plans. A sufficient amount of coiled wire shall be left at the t City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 96 2015 1 transformer location for PSE to sweep the conductors into the transformer vault and make the connection to energize the system. PSE will need to be contacted at least 1 week in advance of the serviced connection and energizing of the system. The contact information is as follows: Nate Linville ' Senior Engineering Specialist PSE Customer Construction Management (253) 476 -6418 Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat in accordance with Section 6 -07. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaite closest to the electrical service. All circuit breakers shall be clearly marked or labeled. 8- 20.3(11) Testing Section 8- 20.3(11) is supplemented with the following: (March 6, 2012 * * * * * *) The signal including UPS equipment shall be put into operation by King County personnel. The Contractor shall be present during the turn -on with adequate equipment to repair any deficiencies in operation. The Contractor shall notify King County five working days in advance of any signal turn -on. 8- 20.3(13) Illumination Systems Section 8- 20.3(13) is supplemented with the following: (March 13, 2012 * * * * * *) As shown on the Plans, the Contractor shall install illumination systems on the south approach to the intersection. The existing lighting systems shall remain operational. 8- 20.3(13)A Light Standards The 8th paragraph of this section is deleted and replaced with the following: (March 15, 2012 * * * * * *) All new and relocated metal light standards Development Standard Drawing number 3 -39B. shall be numbered per City of Federal Way 8- 20.3(14)A Signal Controllers Section 8- 20.3(14)A is supplemented with the following: (December 18, 2009 * * * * * *) ' The new signal controller and cabinet shall conform to all of the sections and requirements within and under the Sections and Sub Sections of 9- 29.13 Traffic Signal Controllers within the Standard Specifications and these Special Provisions. ■ Signal controller and cabinet shall be tested by King County at their shop located at 155 Monroe Avenue NE in Renton, Washington. The contractor shall deliver the controller and cabinet to the shop and shall pick up the units at the end of the test period, deliver to the job site, and install. City of Federal Way RFB # 15 -004 ' S 304th St at 28th Ave S Page 97 2015 1 8- 20.3(14)B Signal Heads ' Section 8- 20.3(14)B is modified as follows: The first paragraph is deleted and replaced with the following: (March 13, 2012 * * *** *) If the Engineer orders advance installation, the signal heads shall be covered to clearly indicate the signal is not in operation. The signal head covering material shall be of sufficient size to entirely cover the display. The covering shall extend overall edges of the signal housing and shall be securely fastened at the back. , Signal heads shall be installed with back plates. A two (2) inch wide strip of Type IX yellow retro reflective sheeting shall be applied to the outside border of the back plates in accordance with the manufacturer's recommendations. The application surface of the back plate shall be cleaned, degreased Section 8- 20.3(14)6' is supplemented with the following: (March 13, 2012 * * * * * *) Alignment of vehicular and pedestrian signal heads shall be approved by the Engineer prior to , system turn -on. All new vehicular and pedestrian signal heads shall be covered (sacked) completely including backplates with a 6 mil black polyethylene sheeting until placed into initial operation. The fitted covers shall use adjustable straps. The fitted covers shall have a one -inch hole for each signal display to flash out indications. �J I The type of mounting hardware specified for the mast arm mounted vehicle signals may require modification at the time of installation to accommodate as built conditions. After the pole assembly has been installed and leveled, the Contractor shall measure the distance between each mounting point on the arm and the roadway. A type of mounting bracket different from that specified on the Plans shall be provided and installed by the Contractor if necessary to achieve the following criteria: 1. Red indications shall be in as straight a line as possible. 2. The bottom of the housing shall be between 16.5 feet and 19.0 feet above the pavement. 8- 20.304)C Induction Loop Vehicle Detectors Section 8- 20.3(14)C is modified as follows: (December 18, 2009 * * * * * *) Items 2 and the last two sentences of Item 4 are deleted. (December 18, 2009 * * * * * *) Item no. 5 of this section is deleted and replaced with the following: 5.) Each loop shall have 3 turns of loop wire. , (December 18, 2009 * * * * * *) Item no. 11 of this section is deleted and replaced with the following: 11.) The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly City of Federal Way RFB # 15 -004 S 3041h St at 28th Ave S Page 98 2015 C filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8- 20.3(14)C is supplemented with the following: (January 31, 2012 * * * * * *) One- quarter -inch (1/4 ") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6- foot - diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1 -inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8 -inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead -ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12 -foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. 8- 20.3(14)D Test for Induction Loops and Lead -in Cable Section 8- 20.3(14)D is supplemented with the following: (March 13, 2012 * * * * * *) Test - The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3.26 ohms / 1000 ft R = 3.26 x distance of lead -in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: City of Federal Way RFg # 15 -004 S 304th St at 28th Ave S Page 99 2015 n Meggar readings of the detection wire to ground shall read 200 megohms at the ampler , connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. Section 8- 20.3(14)D is supplemented with the following: I (October 5, 2009 WSDOT NWR) Existing Lead -in Cable Test When new Induction loops are scheduled to be installed and spliced to an existing two - conductor shielded detector lead -in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead -in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead -in cable conductors. A resistance reading of less than 100 - megohms is considered a failure. 3. Detector lead -in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead -in cable, the loop installation shall be completed and the loop system tested according to Tests A, C and D. 5. Connect the detector lead -in cables in the controller cabinet. (October 5, 2009 WSDOT NWR) Existing Loop Test When two- conductor shielded detector lead -in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead -in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100 - megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead -in cable installation shall be completed and the loop system tested according to Tests A, C and D. 8- 20.3(14)E Signal Standards , Section 8- 20.3(14)E is supplemented with the following: (December 18, 2009 * * * * * *) Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre- approved plans, or special design plans. After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9 -29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. (December 18, 2009 * * * * * *) 8- 20.3(14)F Opticom Detectors NEW SECTION City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 100 2015 , 1 Opticom detectors shall be installed in a drilled and tapped hole in the top of the mast arm unless otherwise shown in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. Lead -in cable back to the controller shall be GTT detector 138 cable, or equivalent, and shall have no splices. All lead -in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. ' 8- 20.3(17) "As Built" Plans Section 8- 21.3(17) is deleted and replaced with the following: (December 18, 2009 * * * * * *) Upon completion of the project, the Contractor shall furnish an "as- built" drawing of the intersection showing all signal heads, pole locations, detectors, junction boxes, Illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the signal controller cabinet, and with a special symbol identifying those items that have been changed from the original contract drawings. All items shall be located to within one foot (1') horizontally and six inches (6 ") vertically above or below the finished surface grade. (March 6, 2012 * * * * * *) 8- 20.3(18) Removal of Existing Signal Equipment NEW SECTION (September 16, 2014 * * * * * *) Where noted on the Plans, existing signal, illumination, and interconnect equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal, illumination, and interconnect equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall be the property of the Contractor. All other material removed shall become the property of the Contractor and shall be disposed of off- site at a legal disposal site. All pole foundations and anchor bolts shall be removed to 6 feet below new subgrade, and the resulting hole shall be backfilled with compacted gravel borrow meeting the requirements of Section 9- 03.14(1), unless the Engineer has approved the use of native material. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow meeting the requirements of Section 9- 03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8 -20.4 Measurement Paragraphs two, three and four of Section 8 -20.4 are deleted and replaced with the following: (January 8, 2013 * * * * * *) No specific unit of measurement will apply to the lump sum bid item "Traffic Signal System- J'S 304th Street at 28t" Ave S). Complete" for the total of all items for complete traffic signal system at the intersection of S 304' Street and 28th Ave S. All items and labor necessary to supply, install, and test the conduit, junction boxes, service circuit breaker and connections, battery backup system, signal /service /battery backup system foundation(s), vehicular and pedestrian signal heads, pedestrian pushbuttons, emergency vehicle preemption, vehicle detection system, connections with existing conduit and junction boxes, mast arm mounted traffic signs, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to make a complete traffic signal system shall be included within the lump City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 101 2015 1 sum item. Luminaires and luminaire arms positioned on signal poles will be considered a part of the traffic signal system lump sum item. Removal of an existing signal system or existing signal components shall be included within the lump sum item. After construction is complete, it is Contractor's responsibility to adjust, relocate, and reposition all traffic signal heads to their final position as shown on the Contract Documents, and shall be considered incidental to the lump sum item. All painting of components shall be considered incidental to the lump sum item. No specific unit of measurement will apply to the lump sum item "Illumination System, Complete" for the total of all items for complete illumination system to include the photocell, electrical service and service cabinet installation. All items and labor necessary to supply, install, and test the conduit, junction boxes, service circuit breaker and connections, electrical connections, connections with existing conduit and junction boxes, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to make a complete system shall be included within the lump sum item. All painting of components shall be considered incidental to the lump sum item. Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the lump sum item. No specific unit of measurement will apply to the lump sum item "Interconnect System, Complete" for the total of all items for a complete interconnect system. All items and labor necessary to supply, install, and test the conduit, copper wire, singlemode fiber optic cable, junction boxes, connections with signal controllers, connections with existing conduit, junction boxes, connections with existing interconnect systems, pull rope, plugs, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to make a complete interconnect communication system as well as a system ready for the future installation of fiber optic cable shall be included within the lump sum item. Interconnect cable installed in existing conduit will be included in the lump sum item. All painting of components shall be considered incidental to the lump sum item. Excavation, trenching and bedding, backfill of trenches, pavement restoration of trenches and conduit/junction box installations containing traffic signal system elements will be included in the lump sum item "Traffic Signal System - (S 304th Street at 28th Ave S ), Complete ". Excavation, trenching and bedding, backfill of trenches, pavement restoration of trenches and conduit/junction box installations containing illumination system elements will be included in the lump sum item "Illumination System Complete ". Labor, materials, tools and equipment necessary to the construction of any shared conduits and trenches with the "Traffic Signal System - (S 304th Street at 28th Ave S). Complete ", "Illumination System, Complete ", and "Interconnect System, Complete ", necessary for the systems shall be included in the respective lump sum items. 8 -20.5 Payment Section 8 -20.5 is deleted and replaced with the following: _ (December 17, 2012 * * * * * *) M Payment will be made in accordance with Section 1 -04.1 for each of the following Bid Items: "Traffic Signal System - (S 304th Street at 28th Ave S), Complete ", lump sum. "Illumination System, Complete ", lump sum. "Interconnect System, Complete ", lump sum. r City of Federal Way S 304th St at 28th Ave S Page 102 RFB # 15 -004 2015- 1 1 J u F, 1 The lump sum price for "Traffic Signal System -.(S 304"' Street at 28"' Ave S), Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary or incidental to the construction to complete the work as specified. This includes and is not limited to all work related to the removal of existing signal equipment, the installation of the temporary video detection system, the installation of the temporary signal system, relocation of temporary signal equipment (vehicle heads, pre- emption, pedestrian heads, pedestrian push buttons, video detection) to accommodate construction phasing throughout the project. The lump sum bid price shall include all costs associated with the construction of the cement concrete pad and pedestal for the controller and service cabinets as well as for the cement concrete pads around signal poles. All costs for installing signing on signal mast arms or temporary signal installations shall be incidental to the bid item(s) in this section and no additional compensation will be made. The lump sum price for "Illumination System, Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary or incidental to the construction to complete the work as specified. The lump sum price shall include all costs associated with making modifications to the existing systems as noted. The lump sum price for "Interconnect System, Complete" shall be full pay for furnishing all labor, equipment, materials and supplies necessary or incidental to the construction to complete the work as specified. The lump sum price shall include all costs associated with reconnecting the existing interconnect system to the new signal cabinet and for making modifications to the existing system(s) as noted. All costs for installing conduit, including but not limited to sawcutting for trench excavation, excavation, backfill, and surface restoration, shall be incidental to the bid item(s) in this section and no additional compensation will be made. Coordination with communication connections with Comcast, Qwest, or other communication provider affected by this project, and any necessary permits and fees associated with the communications connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. All costs for installing junction boxes and conduit containing traffic signal system, illumination system, and interconnect system wiring shall be incidental to the one bid item per this section and Section 8 -20.4 and no additional compensation will be made. All costs for painting shall be incidental and included in the bid items included in this section and no additional compensation will be made. Adjustment of junction boxes shall be incidental and included in the bid items included in this section and no additional compensation will be made. Restoration of facilities destroyed or damaged during construction shall be considered incidental to the bid items included in this section and no additional compensation will be made. 8 -21 PERMANENT SIGNING 8 -21.1 Description Section 8 -21.1 is deleted and replaced with the following: ■ (March 13, 2012 * * * * * *) City of Federal Way S 304th St at 28th Ave S E Page 103 RFB # 15-004 2015 This work shall consist of furnishing and installing permanent signing, sign removal, sign , relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as , shown on the Plans, shall be returned to the Owner. 8 -21.3 Construction Requirements 8- 21.3(2) Placement of Signs Section 8- 21.3(2) is supplemented with the following: (December 18, 2009 * * * * * *) The City of Federal Way, 253 - 835 -2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs. Refer to the currently adopted version of the Manual on Uniform Traffic Control I Devices (MUTCD) with Washington State Supplements. 8- 21.3(5) Sign Relocation Section 8- 21.3(5) is supplemented with the following: (December 18, 2009 * * * * * *) King County METRO and /or Pierce Transit personnel will remove and reinstall all existing bus stop signs and supports within the project limits. The Contractor shall contact King County METRO at 206 - 684 -2732 or Pierce Transit at 253 - 581 -8130 to coordinate sign work 2 weeks prior to the required sign removal or installation. A copy of the record of communication shall be forwarded to the City of Federal Way. 8 -21.4 Measurement Section 8 -21.4 is deleted and replaced with the following: (December 18, 2009 * * * * * *) No specific measurement will be made for the lump sum item "Permanent Signing ". Sign covering shall be incidental to other bid items and will not be measured. 8 -21.5 Payment (Special Provision) Section 8 -21.5 is deleted and replaced with the following: Payment will be made in accordance with Section 1 -04.1 for each of the following Bid Items: "Permanent Signing ", lump sum. The lump sum bid price in the Proposal will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to installing permanent signing, relocating signing, and removing all types of signs as shown on the plans and returning to the Owner. All costs for fumishing and installing signs on traffic signal mast arm poles shall be included in the lump sum bid price for "Traffic Signal System - (S 304th Street at 28th Ave S), Complete". City of Federal Way S 3004 St at 28th Ave S Page 104 RFB # 15 -004 201.5. 1 8 -22 PAVEMENT MARKING 8 -22.1 Description Section 8 -22.1 is supplemented with the following: (December 18, 2009 * * * * * *) Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M- 20.20 -01. 8 -22.2 Materials Section 8 -22.2 Sentence #3 is deleted and replaced with the following: 1 (October 23, 2014 * * * * * *) Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8 -22.2 is supplemented with the following: (October 23, 2014 * * * * * *) Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9 -34.4. 8 -22.3 Construction Requirements ' 8- 22.3(3)E Installation Section 8- 22.3(3)E is supplemented with the following: (March 13, 2012 * * * * * *) Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20 -01. (Special Provision) Removal of existing pavement markings in conflict with proposed improvements shall be incidental to the project mobilization. Temporary pavement markings (pavement tape or temporary painted markings), shall be incidental to the project mobilization. 8- 22.3(3)G Glass Beads Section 8- 22.3(3)G is supplemented with the following: (March 13, 2012 * * * ** *) Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8 -22.4 Measurement (Special Provision) ■ Section 8 -22.4 is deleted and replaced with the following: Center line, edge line, and lane line, center line will be measured by the completed linear foot as "Paint Line ". City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 105 2015 1�7 The measurement for "Paint Line" will be based on a marking system capable of simultaneous i application of three 4 -inch lines with two 4 -inch spaces. No deduction will be made for the unmarked area when the marking includes a broken line. No additional measurement will be made when more than one line can be installed on a single pass. , No additional measurement for payment will be made for the required second application of paint. No additional measurement for payment will be made for additional applications required to meet thickness requirements for plastic markings. Crosswalk line will be measured by the square foot of marking installed. Traffic arrows and bicycle lane symbols will be measured per each, installed. 8 -22.5 Payment (Special Provision) Section 8 -22.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Paint Line ", per linear foot. "Painted Wide Lane Line ", per linear foot. "Plastic Stop Line ", per linear foot. "Plastic Crosswalk Line ", per square foot. "Plastic Traffic Arrow", per each. "Painted Bicycle Lane Symbol" Per Each. All existing pavement marking damaged by trenching or other excavation activity shall be repaired by the contractor. The new pavement marking shall match the damaged pavement marking. The repair shall be incidental to the trenching or other excavation activity that damages the pavement marking. City of Federal Way S 304th St at 28th Ave S Page 106 RFB # 15 -004 2015 1 8 -24 ROCK AND GRAVITY BLOCK WALL AND GABION CRIBBING 8 -24.2 Materials (Special Provision) ' Section 8 -24.2 is supplemented with the following: Gravel Backfill for Drain 9- 03.12(4) t Quarry Spalls 9- 13.1(5) Submittal requirements for Rock for Rock Wall are shown in Special Provision Section 9- 13.7(1). 8 -24.3 Construction Requirements ' 8- 24.3(1) Rock Wall (Special Provision) Section 8- 24.3(1) is supplemented with the following: Submittals Prior to the start of rock wall construction, submit the following for approval by the Engineer: • References citing satisfactory completion of at least three (3) rock walls of similar height and surface area. • Summary of the experience of the primary equipment operator responsible for placement of all rocks. The above information shall submitted to the Engineer on or before the Pre - Construction Conference. The Contractoris encouraged to provide submittals as early as possible to facilitate approval of the materials and the contractor performing the work. Use of existing rock wall materials The existing wall that will be removed may contain some quarry spalls that could be used for the new rock wall. The Contractor may select from the existing material as long as the existing material meets the material requirements of Section 8 -24.2 of these Special Previsions. The use of existing material shall be approved by the Engineer prior to stockpiling for future use. Limited space is available on site for stockpiling reusable material. The Engineer shall approve the location of any proposed stockpiling. 8- 24.3(1)6 Excavation ' (Special Provision) Section 8- 24.3(1)B is supplemented with the following: Excavate a foundation trench, minimum embedment depth as shown on the Plans, running the full length of the proposed rock wall. Excavate the foundation to a minimum width equal to the specified base rock width plus 12 inches to include the granular rock backdrain behind the rock wall. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 107 2015 Ll Exercise care during excavation of the back cut. Stability of temporary cut slopes is the responsibility of the Contractor. Preserve and protect existing septic drainfield and appurtenances during rock wall construction. 8- 24.3(1)E Rock Placement and Backfill (Special Provision) Section 8- 24.3(1)E is supplemented with the following: Securely place rocks stacked above the base rock so that the rocks are unable to be moved with a pry bar after the rock wall is complete. Rock Wall Drainage Install the granular rock backdrain as shown on the Plans. Place the granular rock backdrain concurrent with the rock wall so that at no time is either more than 24 inches higher than the other. Separate the quarry spalls and gravel backfill for drain from the retained soil by non -woven geotextile for underground drainage. Overlap the non -woven geotextile at least 12 inches at all seams. . Place a 6 inch diameter underdrain pipe, with gravel backfill for drain, as shown on the Plans Connect the underdrain pipe to the storm drainage system as shown on the Plans. 8 -24.4 Measurement (Special Provision) The first paragraph of Section 8 -24.4 is revised to read as follows: Rock retaining wall will be measured by the square foot completed wall actually placed. The fourth paragraph of Section 8 -24.4 is deleted in entirety. The fifth paragraph of Section 8 -24.4 is revised to read as follows: Shoring or extra excavation Class B will be measured in accordance with Section 2 -09.4. Section 8 -24.4 is supplemented with the following: Excavation, gravel backfill for drain, quarry spalls, underdrain, and non -woven geotextile will not be measured for payment and are considered incidental to the rock wall. Drain pipe will not be measured for payment and is considered incidental to the rock wall. 8 -24.5 Payment (Special Provision) Section 8 -24.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal City of Federal Way S 304th St at 28th Ave S Page 108 RFB # 15 -004 2015 LJ "Rock Retaining Wall ", per square foot. Payment for "Rock Wall" shall include all labor, materials, and equipment required to construct the rock wall as required by the plans and specifications including, but not limited to: excavation, haul, wall backfill, backfill material, geotextile, underdrain pipe, drain pipe, connections and fittings, and construction of the wall foundation including materials. 8 -31 RESOLUTION OF UTILITY CONFLICTS NEW SECTION (Special Provision) 8 -31.1 Description This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 1 8 -31.3 Construction Requirements The contracting agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSTC compacted to 95 %, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. I; 1 II r, C In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and /or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and /or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. City of Federal Way S 3041h St at 28th Ave S Page 109 RFB # 15 -004 2015 (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and/or grade, not exceeding the limits set in section 1 -04.4 of the Standard Specifications. 3. There is potential removal of a recorded abandoned AC water line located on the north side of S 304th Street, as shown in the plans, for the installation of new stormwater facilities. See Section 1- 07.17. 8 -31.4 Measurement No specific measurement will be made for the potholing and resolution of utility conflicts force account items. 8-31.6 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Potholing ", will be paid by force account as provided in Section 1 -09.6. "Resolution of Utility Conflicts ", will be paid by force account as provided in Section 1 -09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in accordance with section 1 -09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8 -32 WOOD FENCE NEW SECTION (Special Provision) 8-32.1 Description This work includes installing new solid wood privacy screen fencing 8 -32.2 Materials Submit solid wood privacy screen fence shop drawings for approval by the Engineer. Fence, and single gate style to match existing wood privacy screen fencing. Submit product information and MSDS sheets for paint to be used for solid wood fence privacy screen for approval by the Engineer. Color shall match existing wood privacy screen fencing. Contractor shall coordinate with the Engineer on paint color. 8-32.3 Construction Requirements Temporary Fence Contractor shall install a temporary fence on the 092104 -9236 parcel to be utilized during construction in order to provide a fully fenced, enclosed yard at all times for the property owner's dog. The temporary fence shall be installed completely in order to maintain full property enclosure before the existing fence is removed. Coordinate removal of existing wood fence with Engineer. Provide 3 days notice prior to removal. City of Federal Way S 304th St at 28th Ave S Page 110 RFB # 15 -004 2015 1 INew Wood Fence G 1 !I Payment will be made in accordance with Section 1 -04.1, for each of the following bid items: "Wood Fence ", per linear foot All costs for "Wood Fence" shall be included in the unit contract price per linear foot of fence and gate installed, including costs for all labor, tools, equipment, and materials (including posts, City of Federal Way S 304th St at 28th Ave S Page 111 RFB # 15 -004 2015 Existing fence posts to be retained shall be as indicated on the Plans. Connect new wood privacy screen fence to existing fence posts retained. Clearing of the fence line will be required. Clearing shall consist of the removal and disposal of all trees, brush, logs, upturned stumps, roots of down trees, rubbish, and debris. The clearing width shall be approximately 3 feet. Grubbing will not be required except where short and abrupt changes in the ground contour will necessitate removal of stumps in order to properly grade the fence line. All stumps within the clearing limits shall be removed or close cut. Grading of the fence line sufficient to prevent short and abrupt breaks in the ground contour that will improve the aesthetic appearance of the top of the fencing when installed shall be required. It is expected that in the performance of this Work, this will be required except where sufficient width exists for machine work. The fence shall be constructed on the Right of Way line as shown in the Plans unless otherwise directed by the Engineer. Direction of gate opening shall be as shown on the Plans. Gate shall not open towards public right -of -way. The cedar posts shall be set true to line and grade in concrete bases at least two (2) feet in depth. All posts shall be sound and free from all decay, splits, multiple cracks, or any other defect which would weaken the posts or otherwise cause them to be structurally unsuitable for the purpose intended. The maximum distance between posts in any section shall not exceed 8 feet. The top and bottom railings shall be securely fastened to the posts with galvanized nails or other acceptable means. Changes in line of 30 degrees or more shall be considered as corners. A minimum of 6 inches of concrete shall be provided below the bottom of each post. End posts, corner posts, and gate posts shall have a concrete base at least 12 inches in diameter. Bases for line posts shall also be 12 inches in diameter. Fence slats shall be placed on the roadway side of posts unless otherwise specified. The slats shall be placed approximately one inch above the ground, and on a straight grade between posts by excavating high points of the ground. Filling depressions will be permitted only upon . approval of the Engineer. The slats shall be sound and free from all major decay or defects which would weaken or otherwise cause them to be unsuitable for fence slats. Fastening to top and bottom railings shall be done with two galvanized nails at both the top and bottom rail. 8 -32.4 Measurement "Wood Fence" will be measured per linear foot. Temporary fence will not be measured for payment and is considered incidental to the wood fence. 8 -32.5 Payment G 1 !I Payment will be made in accordance with Section 1 -04.1, for each of the following bid items: "Wood Fence ", per linear foot All costs for "Wood Fence" shall be included in the unit contract price per linear foot of fence and gate installed, including costs for all labor, tools, equipment, and materials (including posts, City of Federal Way S 304th St at 28th Ave S Page 111 RFB # 15 -004 2015 concrete and other fence components) required to complete the work specified. Payment shall also include installation and removal of temporary fence. City of Federal Way S 304"' St at 28th Ave S Page 112 RFB # 15 -004 2015 [1 r_ [1 1 I! u Section 9- 13.7(1) is supplemented with the following: Rock for rock walls shall be angular rocks that are generally cubical, tabular, or rectangular in shape. Rock width and height shall be greater than or equal to one -third of the rock length. Submittal Submit at least three (3) twelve inch samples of rock to be used for rock wall for approval by the Engineer.. Rock color shall be indigenous to the area. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9 -14.2 Seed (Special Provision) Section 9 -14.2 is supplemented with the following: Erosion Control Seed Mix Erosion Control Seed shall be composed of the following: 20% Dwarf Tail Fescue 30% Dwarf Perennial Ryegrass "Barclay" 30% Red Fescue 10% White Clover 10% Colonial Bentgrass Hydroseed shall also have a tackifier mulch. The seed mix must be certified at 99% weed -free and 90% viable seed by germination tests and by age specification by species. The hydroseed shall not contain pesticides or herbicides. 9 -21 RAISED PAVEMENT MARKERS (RPM) 9- 21.2(1) Physical Properties Section 9- 21.2(1) is supplemented with the following: (March 13, 2012 * * * * * *) Type 2 raised pavement markers shall NOT be ceramic. City of Federal Way S 304th St at 28th Ave S Page 113 RFB # 15 -004 2015 Division 9 Materials 9 -13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS 9- 13.7(1) Rock for Rock Walls and Chinking Material (Special Provision) [1 r_ [1 1 I! u Section 9- 13.7(1) is supplemented with the following: Rock for rock walls shall be angular rocks that are generally cubical, tabular, or rectangular in shape. Rock width and height shall be greater than or equal to one -third of the rock length. Submittal Submit at least three (3) twelve inch samples of rock to be used for rock wall for approval by the Engineer.. Rock color shall be indigenous to the area. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9 -14.2 Seed (Special Provision) Section 9 -14.2 is supplemented with the following: Erosion Control Seed Mix Erosion Control Seed shall be composed of the following: 20% Dwarf Tail Fescue 30% Dwarf Perennial Ryegrass "Barclay" 30% Red Fescue 10% White Clover 10% Colonial Bentgrass Hydroseed shall also have a tackifier mulch. The seed mix must be certified at 99% weed -free and 90% viable seed by germination tests and by age specification by species. The hydroseed shall not contain pesticides or herbicides. 9 -21 RAISED PAVEMENT MARKERS (RPM) 9- 21.2(1) Physical Properties Section 9- 21.2(1) is supplemented with the following: (March 13, 2012 * * * * * *) Type 2 raised pavement markers shall NOT be ceramic. City of Federal Way S 304th St at 28th Ave S Page 113 RFB # 15 -004 2015 9 -28 SIGNING MATERIALS AND FABRICATION 9 -28.1 General Section 9- 21.2(1) is modified as follows: Paragraph three is deleted and replaced with the following: (January 8, 2013 * * * * * *) All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking .prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting .in accordance with Section 9 -28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle /square foot for white - silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D -3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9 -28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9 -28.12 of the Standard Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9 -28.2 Manufacturer's Identification and Date Section 9 -28.2 is deleted and replaced with the following: (October 23, 2014 * * * * * *) All signs shall show the manufacturer's name and date of manufacture on the back. 9 -28.8 Sheet Aluminum Signs Section 9 -28.8 table is deleted and replaced with the following: ( anuary 8, 2013 * * * * ** Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches rI C r Section 9 -28.8 is supplemented with the following: (January 8, 2013 * * * * * *) 1 All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as I follows: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 114 2015 1 All D -3 street -name signs shall be constructed with 0.100- inch -thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9 -28.9 Fiberglass Reinforced Plastic Signs Section 9 -28.9 is deleted in its entirety. (December 18, 2009 *** * * *) 9 -28.14 Sign Support Structures Section 9 -28.14 is supplemented with the following: (December 18, 2009 * * * * * *) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. 9- 28.14(1) Timber Sign Posts Section 9- 28.14(1) is supplemented with the following: (December 18, 2009 ** * * * *) All ground - mounted sign posts shall use pressure treated hem -fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two -way plumb. 1 9- 28.14(2) Steel Structures and Posts Section 9- 28.14(2) is supplemented with the following: (December 18, 2009 * * * * * *) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole - source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Manufacturer Type TP -A & TP -B Transpo Industries, Inc. Type PL, PL -T & PL -U Northwest Pipe Co. Type AS Transpo Industries, Inc. Type AP Transpo Industries, Inc. Type ST 1, ST 2, ST 3, & ST 4 Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Type SB -1, SB -2, & SB -3 Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated„ Northwest Pipe, Inc. City of Federal Way RFB # 15 -004 S 304th St at 281h Ave S Page 115 2015 9 -29 ILLUMINATION, SIGNAL, ELECTRICAL 9 -29.1 Conduit, lnnerduct, and Outerduct Section 9 -29.1 is supplemented with the following: June 5, 2000 WSDOT NWR Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (October 23, 2014 * * * ***) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9- 29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings , Section 9- 29.1(1) is supplemented with the following: (August 10, 2009 WSDOT NWR) Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics - TDUX 2. Jackmoon — Triplex Duct Plugs 3.O -Z Gedney — Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9- 29.1(2) Rigid Metal Conduit Fittings and Appurtenances Section 9- 29.1(2) is supplemented with the following: (August 10, 2009 WSDOT NWR) Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes 9- 29.2(1)A Standard Duty Junction Boxes Section 9- 29.2(1) is supplemented with the following: (January 21, 2011 WSDOT NWR) Concrete Junction Boxes The Non -slip lid and frame shall be made of the following material: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 116 2015 F 1 1 fl 1 1 1 Non -slip lid ASTM A36 flat steel Non -slip frame ASTM A36 flat steel Both the non -slip lid and non -slip frame shall be treated with Mebacl (their most aggressive surface) as manufactured by IKG industries, or SlipNOT Grade 3- coarse as manufactured by W.S. Molnar Co. The non -slip lid shall be identified with permanent marking on the underside indicating the type of surface treatment ( "M1" for Mebac 1; or "S3" for SlipNot3) and the year of manufacturer. The permanent marking shall be 1/8 inch line thickness formed by engraving, stamping or with a stainless steel weld bead. 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes Section 9- 29.2(2)A is supplemented with the following: (January 21, 2011 WSDOT GSP) Cable Vaults and Pull Boxes All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways and shared use paths shall have slip resistant surfaces. The Standard Duty Cable Vaults and Pull Boxes steel frame, lid support and lid shall be hot -dip galvanized. The Non -slip lid and frame shall be made of the following material: Non -slip lid ASTM A36 flat steel Non -slip frame ASTM A36 flat steel Both the non -slip lid and non -slip frame shall be treated with Mebacl (their most aggressive surface) as manufactured by IKG industries, or SlipNOT Grade 3- coarse as manufactured by W.S. Molnar Co. The non -slip lid shall be identified with permanent marking on the underside indicating the type of surface treatment ( "M1" for Mebac 1; or "S3" for SlipNot3) and the year of manufacturer. The permanent marking shall be 1/8 inch line thickness formed by engraving, stamping or with a stainless steel weld bead. 9 -29.3 Fiber Optic Cable, Electrical Conductors and Cable Section 9 -29.3 is supplemented with the following: (December 13, 2012 * * * * * *) Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufactures recommendations. 9- 29.3(1)A Singlemode Fiber Optic Cable Section 9- 29.3(1)A is supplemented with the following: (January 31, 2012 * * * * * *) Optical fiber shall meet the requirements of ITU G652 and specifically meet ITU G652.D Attributes. The fibers shall support the transmission of wavelengths for Coarse Wavelength Division Multiplexing (CWDM) as defined in ITU G694.2. Products shall meet or exceed the applicable provisions of the latest edition of the following documents: Document Title ANSI, C8.47 -1983 merican National Standard for Polyolefin- insulated Thermoplastic Jacketed Communication Cables CFR 1755.900 -RUS de of Federal Regulations - Rural Utility Services Specification for Filled Fiber Optic Cables EIA- 455 -27A Electronic Industries Alliance, Method of Measuring City of Federal Way S 304th St at 28th Ave S Page 117 RFB # 15 -004 2015 9- 29.3(2)F Detector Loop Wire Section 9- 29.3(2)F is deleted and replaced with the following: (October 5, 2009 WSDOT NWR) Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51 -7, with cross - linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9- 29.3(2)H Three - Conductor Shielded Cable Section 9- 29.3(2)H is supplemented with the following: (March 13, 2012 * * * * * *) Lead -in cable back to the controller for preemption units shall be GTT detector 138 cable or equivalent. (October 23, 2014 * * * * * *) 9- 29.3(2)1 Twisted Pair Communications Cable Section 9- 29.3(2)1 is deleted in its entirety. See Section 8- 20.3(8)A. 9-29.6 Light and Signal Standards Section 9 -29.6 is supplemented with the following: (December 18, 2009 * * * * * *) Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule. Section 9 -29.6 is supplemented with the following: ' (August 6, 2012 WSDOT GSP) Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre- approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A Welding Inspection. , Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm AASHTO M 164 connecting bolts tightening shall comply with Section 6- 03.3(33). City of Federal Way S 304th St at 28th Ave S Page 118 RFB # 15 -004 Uncoated Diameter of Optical Waveguide Fibers EIA- 455 -28B Electronic Industries Alliance, Method For Measuring Tensile Failure Point of Optical Waveguide Fibers EIA- 455 -34 Electronic Industries Alliance, interconnection Device Insertion Loss Test EIA- 455 -95 Electronic Industries Alliance, Absolute Optical Power Test for Optical Fibers and Cables EIA -455 -103 Electronic Industries Alliance, Buffered Fiber Bend Test EIA- 359 -A -1 Electronic Industries Alliance, Special Colors 9- 29.3(2)F Detector Loop Wire Section 9- 29.3(2)F is deleted and replaced with the following: (October 5, 2009 WSDOT NWR) Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51 -7, with cross - linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9- 29.3(2)H Three - Conductor Shielded Cable Section 9- 29.3(2)H is supplemented with the following: (March 13, 2012 * * * * * *) Lead -in cable back to the controller for preemption units shall be GTT detector 138 cable or equivalent. (October 23, 2014 * * * * * *) 9- 29.3(2)1 Twisted Pair Communications Cable Section 9- 29.3(2)1 is deleted in its entirety. See Section 8- 20.3(8)A. 9-29.6 Light and Signal Standards Section 9 -29.6 is supplemented with the following: (December 18, 2009 * * * * * *) Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail herein, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule. Section 9 -29.6 is supplemented with the following: ' (August 6, 2012 WSDOT GSP) Traffic Signal Standards Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre- approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A Welding Inspection. , Hardened washers shall be used with all signal arm connecting bolts instead of lockwashers. All signal arm AASHTO M 164 connecting bolts tightening shall comply with Section 6- 03.3(33). City of Federal Way S 304th St at 28th Ave S Page 118 RFB # 15 -004 2015 rl fl 1 1 Traffic signal standard types and applicable characteristics are as follows: Type PPB Pedestrian push button posts shall conform to Standard Plan J- 20.10 -03 or to one of the following pre- approved plans: Fabricator Northwest Signal Supply Inc. Valmont Ind. Inc. Ameron Pole Prod. Div. Union Metal Corp. West Coast Engineering Group KW Industries Drawing No. NWS 3540 Rev. 2 and NWS 35406. Rev. 2 DB00655 Rev. J Sheet's 1, 2 & 3 WA10TRA & WAPPBPBA TA -10035 Rev. R6 Sht. 1 WSDOT PP -01 Rev. 1 10- 200 -PED -1 Rev. 7, Sheets 1, 2 and 3 Type PS Pedestrian signal standards shall conform to Standard Plan J- 20.16 -02 or to one of the following pre- approved plans: Fabricator Northwest Signal Supply Inc. Ind. Inc. Ameron Pole Prod. Div. Union Metal Corp. West Coast Engineering Group American Pole Structures, Inc. KW Industries Drawing No. NWS 3540 Rev. 2 and NWS 3540B Rev. 2 Valmont DB00655 Rev.J Sht. 1, 2 & 3 WA10TR -1 & WA10TR -2 TA -10025 Rev. R17 Sht. 1 & 2 WSDOT PP -02 Rev. 1 WS -PP -03 Rev. 1 D 10- 200 -PED -1 Rev. 7, Sheets 1, 2 and 3 Type I vehicle signal standards shall conform to Standard Plan J- 21.15 -01 or to one of the following pre- approved plans: ' Fabricator Northwest Signal Supply Inc. Valmont Ind. Inc. Ameron Pole Prod. Div Union Metal Corp. West Coast Engineering Group American Pole Structures, Inc. KW Industries 1 1 1 �1 Type II Characteristics: Luminaire mounting height Luminaire arms Luminaire arm length Signal arms Drawing No. NWS 3540 Rev. 2 and NWS 3540B Rev. 2 DB00655 Rev. J Sht. 1 2 & 3 WA10TRA & WA10TR -2 TA -10025 Rev. R17 Sht. 1 & 2 WSDOT -PP -02 Rev. 1 WS -PP -03 Rev. 1 D 10- 200 -PED -1 Rev. 7, Sheets 1, 2 and 3 N.A. N.A. N.A. One Only Type II standards shall conform to one of the following pre- approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator -(x) (y) (z) 65 ft. Valmont Ind. Inc. (2894) City of Federal Way S 3041h St at 281h Ave S Page 119 Drawing No. D1300625-Rev. R, RFB # 15-004 2015 Shts. 1, 2,3 & 4 65 ft. Union Metal Corp. (2900) 71026 -1386 Rev. R9 Shts. 1, 2, & 3 65 ft. Ameron Pole Prod. Div. (2900) W3724 -1 Rev. J & W3724 -2 Rev.G 1 65 ft. Northwest Signal Supply Inc. (2802) NWS 3500 Rev. 4 or NWS 3500B Rev. 4 45 ft. American Pole Structures, Inc. (1875) WS -T2 -L Rev. 8 Sheet 1 & 2 of 2 65 ft. American Pole Structures, Inc. (2913) WS -T2 -H Rev. 8 Sheets 1 & 2 of 2 65 ft. KW Industries 10- 200 -TSP -4 Rev. 5, Sheets 1, 2, and 3 , 65 ft West Coast Engineering Group 9 g p WSDOT TS -01 Rev. 3 Sheets 1, 2, and 3 65 ft. Maico Industries (2894) WSDOTMA Rev. 3 Sheets 1, 2 and 3 Type III Characteristics: Luminaire mounting height 30 ft., 35 ft., 40 ft:, or 50 ft. Luminaire arms One Only Luminaire arm type Type 1 Luminaire arm length (max.) Signal arms 16 ft. One Only Type III standards shall conform to one of the following pre - approved plans, provided all other requirements noted herein have been satisfied. Maximum (x) (y) (z) signal arm loadings in cubic feet are noted after fabricator. Signal Arm Length (max) Fabricator -(x) (y) (z) Drawina No. 65 ft. Valmont Ind. Inc. (2947) DB00625- Rev.R, Shts. 1, 2, 3 & 4 and "J" Luminaire arm 65 ft. Union.Metal Corp. (2900) 71026 -687 Rev. R11 Shts. 1, 2 & 3 65 ft. Ameron Pole Prod. Div. (2900) W3724 -1 Rev. J & City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 120 2015 W3724 -2 Rev. G and "J" luminaire arm 65 ft. Northwest Signal Supply Inc. (2802) NWS 3500 Rev. 4 or NWS 3500B Rev. 4 45 ft. American Pole Structures, Inc. (1875) WS- T3J -L, Rev. 11 Sheets 1 & 2 of 2 65 ft. American Pole Structures, Inc. (2913) WS- T3J -H, Rev. 10 Sheets 1 & 2 of 2 65 ft West Coast Engineering Group WSDOT TS -01 Rev. 3 Sheets 1, 2, and 3 65 ft. Maico Industries (2947) WSDOTMA Rev. 3 Sheets 1, 2 and 3 and "J" luminaire arm 65 ft. KW Industries 10- 200 -TSP -3 Rev. 5, Sheets 1, 2, and 3 r Type SD standards require special design. All special design shall be based on the latest AASHTO Standard Specifications for Structural Supports for Highway Signs, Luminaires and Traffic Signals and pre- approved plans and as follows: 1. A 90 mph wind loading shall be used. 2. The Design Life and Recurrence Interval shall be 50 years for luminaire support structures. 3. Fatigue design shall conform to AASHTO Section 11, Table 11 -1 using fatigue category III. Complete calculations for structural design, including anchor bolt details, shall be prepared by a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural Engineering or by an individual holding valid registration in another state as a civil or structural Engineer. All shop drawings and the cover page of all calculation submittals shall carry the Professional Engineer's original signature, date of signature, original seal, registration number, and date of expiration. The cover page shall include the contract number, contract title, and sequential index to calculation page numbers. Two copies of the associated design calculations shall be submitted for approval along with shop drawings. Details for handholes and luminaire arm connections are available from the Bridges and Structures Office. Foundations for various types of standards shall be as follows: Type PPB As noted on Standard Plan J- 20.10. Type PS As noted on Standard Plan J- 21.10 -04 Type I As noted on Standard Plan J- 21.10 -04 Type FB As noted on Standard Plan J- 21.10 -04 City of Federal Way S 3041h St at 28th Ave S F Page 121 RFB # 15 -004 2015 Type RM As noted on Standard Plan J- 21.10 -04 Light and Signal Standard Painting Type CCTV As noted on Standard Plan J- 29.15 -00 Type 11 As noted in the Plans. Section 9- 29.7(2) is supplemented with the following: Type III As noted in the Plans. Type IV As noted in the Plans. splices shall be epoxy or underground service buss /light connector kits. Installation shall conform Type V Type SD As noted in the Plans. As noted in the Plans. 9- 29.10(3) Vacant Section 9- 29.10(3) is deleted and replaced with the following: 9- 29.6(1) Steel Light and Signal Standards Section 9- 29.6(1) is supplement with the following: (December 18, 2009 * * * * * *) Traffic signal standards and illumination standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre- approved plans, or special design plans. All welds shall comply with the latest AASHTO Standard Specifications for Support of Highway Signs, Luminaires, and Traffic Signals. Welding inspection shall comply with Section 6- 03.3(25)A, Welding Inspection. All traffic signal standards and arms shall be round tapered. I After delivering the poles or arms to the job site and before they are installed, they shall be stored in a place that will not inconvenience the public. All poles and arms shall be installed in compliance with Washington State Utility and Electrical Codes. Terminal cabinet(s) shall be installed on all Type II and Type III signal poles or where designated on the wiring diagrams in the Plans in accordance with the material requirements of Section 9 -29.25 of the Standard Specifications. Terminal cabinets shall be installed at a height not to impede pedestrians. Section 9- 29.6(1) is supplement with the following: (May 1, 2006 WSDOT NWR) Light and Signal Standard Painting Galvanized steel light and signal standards shall not be painted. 9- 29.7(2) Fused Quick- Disconnect Kits Section 9- 29.7(2) is supplemented with the following: (March 13 , 2012 * * * * * *) Fused quick- disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss /light connector kits. Installation shall conform to details in the Standard Plans. 9- 29.10(3) Vacant Section 9- 29.10(3) is deleted and replaced with the following: (March 15, 2012 * * * * * *) 9- 29.10(3) L.E.D. Roadway Luminaires NEW SECTION (September 16 2014 * * * * ** All new roadway luminaire installations shall be Cree Type III 4000K XSP Roadway LED luminaires (SKU BXSPA03HL -U) or equivalent LED luminaire(s). City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 122 2015 Ll 11 LED luminaires shall be furnished and installed by the Contractor. If contractor selectes to use a different LED luminaires, the contractor shall prove that the units meet, City standards for average maintained footcandles, uniformity ratio, mounting height, and distribution pattern as indicated in City of Federal Way Development Standard Drawings 3 -38 and 3-42. LED luminaires shall have a correlated color temperature (CCT) of 4000K +/- 300K. Final wattage and spacing shall be determined by a lighting design performed by a Licensed Engineer. The Contractor shall provide computer printouts of the systems for multiple roadway widths in order to substantiate the performance levels. Approved LED manufacturers for roadway luminaires are AEL, Cree, GE, and Leotek. 9- 29.11(2) Photoelectric Control Section 9- 29.11(2) is supplemented with the following: (December 18, 2012 * * * * * *) One photocell shall be installed for all luminaires in the same electrical service system. The photocell shall be located on the top of the luminaire closest to the electrical service. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 123 2015 ril (March 15, 2012 * * * * * *) Units shall incorporate the following features: 1. A housing capable of being mounted on a standard 2 -inch roadway pole pipe tenon. 2. A housing manufactured from a die -cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact. 5. Provisions for installing a photoelectric cell or shorting cap, whichever is required. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with no appreciable loss of lumen output. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI /IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. 14. Electrical drivers mounted in a heat sink and located such that they are isolated fro_ m heating by the sun when not in use. 15. Photo control receptacle that is adjustable without tools and is designed to meet UI1598 specifications for wet operation. Pole type and mounting heights shall be as specified in the Contract Plans and Standard Plans. (September 16, 2014 * * * * * *) Retro -fit Existing Luminaires LED luminaires shall be installed when existing luminaire replacement is required. Replacement LED luminaires shall meet the requirements of this chapter. 9- 29.11(2) Photoelectric Control Section 9- 29.11(2) is supplemented with the following: (December 18, 2012 * * * * * *) One photocell shall be installed for all luminaires in the same electrical service system. The photocell shall be located on the top of the luminaire closest to the electrical service. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 123 2015 ril 9- 29.13(2)A Traffic Signal Controller Assembly Testing Section 9- 29.13(2)A is supplemented with the following: (October 23, 2014 * * * * * *) Replace all references to "WSDOT Materials Laboratory", "WSDOT facility ", and "WSDOT" with "King County Traffic Maintenance ". 9- 29.13(3) Traffic Signal Controller Section 9- 29:13(3) is supplemented with the following: (May 31, 2012 * * * * * *) Equipment includes the following: • Quantity One (1) — NEMA TS2 Type 1 or Type 2 cabinet with 16 position load bay. • Quantity One (1) — TS2 Controller unit ASC /3 -2100. • Quantity One (1) — Type 16 Malfunction Management Unit EDI 16LE. • Quantity One(1) - TS2 Detector racks capable of 16 channels. • Quantity One (1) — TS2 Power Supply. • Auxiliary equipment so as to form completely functional eight phase traffic signal control cabinets. • Video Detection Equipment and Advanced Loop Detection Equipment. • Fiber Optic Patch Panel - _ fiber count • Fiber Optic Ethernet Switch(s) • Fiber Optic Patch Cords Documentation and Training Contractor to supply complete technical information, shop drawings, schematic diagrams, photographs, circuit diagrams, programming and operation instruction manuals, and any other necessary documents to fully describe the proposed equipment. Schematics & Manuals: The cabinet(s) shall have a waterproof envelope with a side access attached to the inside of the door. At the time of delivery the envelope shall have two complete sets of schematics and manuals for all assemblies and sub - assemblies. In addition, the cabinet shall arrive with two sets of cabinet prints and one disk copy of the cabinet print in AutoCAD format including circuit schematics for each model of the following: 1. Controller 2. Conflict Monitor 3. Opticom Equipment 4. Video Detection Equipment 5. Fiber Optic Communication Equipment The supplier shall provide a minimum of a one -day (8 hour) training session, given by qualified technical representative(s) of the manufacturer's firm. The sessions shall be conducted at the County, and the training sessions shall be coordinated with the City Traffic Engineer. The supplier shall contact the City Traffic Engineer approximately three weeks prior to delivery of the equipment for the purpose of discussing the format and scheduling of the training sessions. The sessions shall be conducted within five (5) working days AFTER delivery of the equipment. The training sessions shall as a minimum meet the following requirements: 1. Session 1: Basic operation, detector programming, special configuration programming, and time of time of day operation. This would cover operator front panel instruction for each component (i.e., Controller, Malfunction Management Unit, and Detector). City of Federal Way S 304th St at 28th Ave S Page 124 RFB # 15 -004 2015 rj 2. Session 2: Preemption, telemetry, diagnostics, cabinet operation, preventative maintenance, computer software, and troubleshooting. Technical maintenance and troubleshooting instruction shall be the main focus. 3. Presentations shall be made by "factory trained personnel'. Supplier shall provide all necessary equipment needed for the training. The instructional materials provided with the training sessions shall include the following information: 1. Table of Contents 2. Operating Procedure 3. Theory of Operation 4. Maintenance and Troubleshooting Information 5. Circuit Wiring Diagrams 6. Pictorial Diagrams of Part Locations 7. Timing Sheet * *** * *) (November 17, 2014 The controller shall be a NEMA TS2 controller, specifically, an Econolite ASC /3 and be installed within a complete NEMA TS2 Type 1 eight phase signal cabinet. 9- 29.13(5) flashing Operations Section 9- 29.13(5) is modified as follows: Paragraph 2 Item 2 is deleted and replaced with the following: p 9 (February 2, 2012 * * * * * *) Police Flash Switch - The switch shall have two positions, "Auto" and "Flash ". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. When the flash switch is returned to the "Automatic" position, the controller shall restart except when the conflict monitor has commanded flash operation. The effect shall be to disable the police panel when the conflict monitor has detected a malfunction and all controller and conflict monitor indications shall be available to the technician regardless of the position of the police panel flash. The controller shall restart with all -flash for a preset period of time. Section 9- 29.13(5) is supplemented with the following: (March 15, 2012 * * * * * *) All cabinets shall be wired to flash red for all phases. Flashing display shall alternate between Phases 1, 2, 5, 6 and Phases 3, 4, 7, 8. 9- 29.13(6) Emergency Preemption Section 9- 29.13(6) is supplemented with the following: (March 13, 2012 * * * * * *) Emergency Preemption System (EPS) equipment shall be compatible with the operational requirements of the existing Opticom brand (GTT (formerly 3M)) emitters, detectors, phase ' discriminators and confirmation lights owned by the City. EPS equipment shall meet the following requirements: 1. Detector. The Contractor shall provide and install emergency preemption detectors at locations shown in the plans. The emergency preemption detectors shall be solid -state City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 125 2015 rj devices consisting of photoelectric cells and an amplifier mounted in weather - resistant housings. The detectors (GTT Model #711 or approved equal) shall be capable of detecting an optical signal generated by an Opticom brand emitter assembly (GTT). The detectors shall detect the optical signals from the emitter, amplify the signal, and transmit it to the phase discriminator. The detectors shall have a range control capable of being adjusted up to a maximum of 1/3 mile. Detectors shall be installed in a drilled and tapped hole in the top of the mast -arm or street -light arm, unless shown otherwise in the Plans. They shall be tightly fitted to point in the direction shown in the plan view. 2. Detector Lead -in Cable. The detector lead -in cable shall be GTT (formerly 3M) Opticom Model 138 shielded detector cable, or approved equal. No splicing will be allowed between the detector and the controller cabinet. All lead in cables shall be connected to terminals in the controller cabinet as shown in the wiring diagram. The shields shall be grounded to the grounding bar. 3. Confirmation Light. Mounted below the OPTICOM detector there shall be placed a white, 100 watt (minimum), standard screw socket, flood light which shall indicate, by being on, when the preemption interval is in effect and the desired phase is being held in a green display, unless otherwise noted in the plans. Indicator lights shall be actuated by utilizing the unused yellow output of pedestrian signal switch packs. 4. Multimode Phase Selector. The phase selector shall be GTT (formerly 3M) Opticom Model 764 capable of communication both IR and GPS based systems. Maintenance and operation manuals shall be furnished for all emergency preemption equipment to the City of Federal Way or its designated agents by the Contractor. 9- 29.13(10)A Auxiliary Equipment for NEMA Controllers Section 9- 29.13(7) is modified as follows: Paragraph 1, Item 1 is supplemented with the following: (February 2, 2012 * * * * * *) All flasher units shall as a minimum meet NEMA TS -2 1992, Section 6 requirements and shall be EDI Model 810 or approved equal. Paragraph 1, Item 2 is supplemented with the following: (February 2, 2012 * * * * * *) All load switches shall as a minimum meet NEMA TS -2 1992, Section 6 requirements and shall be EDI Model 510 or approved equal. Paragraph 1, Item 3a is deleted and replaced with the following: (February 2, 2012 * * * * * *) A 50 -amp main breaker shall be supplied. This breaker shall supply power to the controller, MMU, signals, cabinet power supply, and auxiliary panels. Paragraph 1, Item 3b is deleted and replaced with the following: (February 2, 2012 * * * * * *) A 15 -amp auxiliary breaker shall supply power to the fan, light, and GFI outlet. Paragraph 1, Item 3c is supplemented with the following: City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 126 2015 1 F] (February 2, 2012 * * * * * *) Spare neutral buss bars shall be provided on the bottom left and right of the cabinet. Paragraph 1, Item 3 is supplemented with the following: (February 2, 2012 * * * * * *) g. A normally -open, 60 -amp, solid -state device, "MANUFACTURER ", "MODEL ", or approved equivalent. h. The power panel shall be covered by an easily removable, clear Plexiglas cover. Paragraph 1, Item 4 is supplemented with the following: (February 2, 2012 * * * * * *) Inside the police door there shall be a flash switch, which shall be the only switch on that panel. The switch shall have two positions, "Auto" and "Flash ". The up position shall be "Auto" and result in normal signal operation. The down position shall be "Flash" and will put the signal into flashing operation and apply stop time to the controller. The switch shall be a general - purpose bat style toggle switch with 0.688- inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. Paragraph 1, Item 6 is supplemented with the following: (February 2, 2012 * * * * * *) Cabinets shall be equipped with a NEMA TS2 Type 16 Malfunction Management Unit. Paragraph 1, Item 7, sub - paragraph 1 is deleted and the section is supplemented with the following: (February 2, 2012 * * * * * *) The detector interface panel shall support up to 32 channels of detection and four channels of preemption devices. Detector Racks Two vehicle detector amplifier racks and two detector interface panels shall be provided in each cabinet. Each rack shall support up to 16 channels of loop detection, one 4- channel preemption device, and one BIU. Paragraph 1, Item 8 is supplemented with the following: (February 2, 2012 * * * * * *) There shall be terminal strips for field wiring in the controller cabinet. The terminals shall be numbered in accordance to the field wiring chart included in these Specifications. A common buss bar with a minimum of 15 spare terminals shall be available after the cabinet is fully wired. In addition, a 15 terminal bar shall be provided for the pedestrian common and a terminal shall be provided for each signal head neutral. The buss bars shall be located on the left side wall of the cabinet. Only King County numbers shall be shown, as described in Section 8- 20.3(8). Pedestrian Detector Field Wring All pedestrian detectors shall be connected between logic ground and their appropriate field terminal. The terminals shall be grouped together and located in the lower left side panel. City of Federal Way RFB # 15-004 S 3041h St at 28th Ave S Page 127 2015 Main Panel and Wire Terminations I All wires terminated behind the main panel and other panels shall be SOLDERED. No pressure Flash Color Programming or solderless connectors shall be used. Printed circuit boards shall NOT be used on main panels. Green Signal Wiring Field Terminal Locations Yellow Signal Wiring Field terminals shall be located at the bottom of the backboard. Their order shall be left to right beginning with phase one and following the order of the load switches. Field terminals shall be Red Signal Wiring of the Screw type per NEMA TS2 5.3.6. Controller wiring Paragraph 1, Item 9 is supplemented with the following: (February Z 2012 * * * * * *) The cabinet shall be provided with a thermostatically - controlled (adjustable between 80 -150 degrees F) ventilation fan and shall be installed in the top of the cabinet plenum. Paragraph 1, Item 10 is deleted and replaced with the following: (February Z 2012 * * * * * *) The cabinet shall have an incandescent lighting fixture that shall be mounted on the inside top of the cabinet near the front edge. An on /off switch that is turned on when the cabinet door is opened and off when it is closed shall activate the incandescent light. The lamp socket shall be placed on the circuit with convenience outlets which shall be protected by a circuit breaker rated at 25 amps. An incandescent 150 -watt bulb shall be provided. Paragraph 1, Item 11 is supplemented with the following: (February Z 2012 * * * * * *) All Controller and Malfunction Management Unit cables shall be of sufficient length to access any shelf position. All cables shall be encased in a protective sleeve along their entire free length. Color Coding All cabinet wiring shall be color coded as follows: Purple = MMU Wiring Orange = Flash Color Programming Brown = Green Signal Wiring Yellow = Yellow Signal Wiring Red = Red Signal Wiring Blue = Controller wiring Gray = DC ground AC+ = Black AC- = White Chassis Ground = Green Paragraph 1 is supplemented with the following: (February Z 2012 * * * * * *) 13. Main Panel Configuration - The main panel shall be fully wired in the following configuration: a) Sixteen (16) load sockets. b) Six (6) flash- transfer -relay sockets. c) One (1) flasher socket. City of Federal Way S 304th St at 28th Ave S Page 128 RFB # 15 -004 2015 1 d) Two (2) main panel rack slots for BIUs 1 and 2. Two rack slots for Terminal and Facilities BTU's 3 and 4 which shall be wired to numbered terminal strips. e) Wiring for 2 detector racks and 1 Type -16 MMU. 14. Lightning Suppression - The cabinet shall be equipped with an Innovative Technologies Model HS- P- SP- 120A- 60A -RJ or approved equivalent surge arrester. 15. Convenience Outlets - One convenience outlet with a ground fault interrupter and a second convenience outlet without ground fault interrupter shall be furnished in the cabinet(s). The ground fault outlet shall be mounted one on right side of the cabinet, near the top shelf, and the non - ground fault outlet shall be mounted on the left side of the cabinet, near the top shelf. No outlets shall be mounted on the door. The convenience outlets shall be placed on the circuit with the lamp socket which shall be protected by a circuit breaker rated at 25 amps. 16. Loop Detector Units: (a) Cabinets shall be supplied with eight 4- channel loop detectors minimum or sixteen 4- channel loop detectors maximum as shown on the Plans. Loop detectors shall meet TS2 Specifications. (b) Equipment and loop detection for advanced loops shall be as shown in the plans. 17. Telemetry Interface Panel - All cabinets shall be wired with a telemetry interface panel and telemetry connecting cable so as to work with the master cabinet. In addition, every cabinet shall also be wired for transient suppression (Model # EDCO PC642C -00 -AD or approved equivalent). 18. Preemption - The cabinet shall be completely wired to accept and service calls from GTT (formerly 3M) Opticom, Model 764, phase - selector modules and their related optical - detector units. 19. Buss Interface Unit - Buss interface units (BIUs) shall meet all TS2 -1992 Section 8 requirements. In addition, all BIUs shall provide separate front panel indicator light emitting diode (LEDs) for Valid Data. 20. Cabinet Power Supply - The cabinet power supply shall as a minimum meet all TS2 -1992, Section 5.3.5 requirements. All power supplies shall also provide a separate front panel indicator LED for each of the four outputs. Front panel banana jack test points for 24 VDC and logic ground shall also be provided. 21. Fiber Optic Interconnect - The cabinet shall be furnished with equipment to accommodate the fiber optic interconnect cable including an IFS model D9130 fiber to serial modem or approved equal and RuggedCom brand Ethernet switch(s) including RuggedSwitch RS90OG (fiber only), RuggedSwitch RS900L (fiber and copper) and/or RuggedSwitch RS930L (copper only) or approved equal(s). 22. Inside Control Panel Switches - Service Panel Switches (a) Power Switches: There shall not be a main power switch inside the cabinet(s) that shall render all control equipment electrically dead when turned off. There shall be a controller power switch that shall render the controller and load switching devices electrically dead while maintaining flashing operation for purposes of changing the controller or load switching devices. The switch shall be a general - purpose bat style toggle switch with .688- inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (b) Stop Time Switch: There shall be a 3- position switch located inside the cabinet door identified as the Stop Time switch. Its positions shall be labeled "Normal" (up), "Off" (center), and "On" (down). With the switch in its Normal position, a stop timing command may be applied to the controller by the police flash switch or the conflict monitor unit. When the switch is in its "Off" position, stop - timing commands shall be removed from the controller. The "On" position of the switch shall cause the controller to stop timing. The switch shall be a general - purpose bat style toggle switch with City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 129 2015 .688- inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (c) Technician Flash Switch: There shall be a switch inside the cabinet to place the signal in flashing operation while the controller continues to operate. This flash shall have no effect on the operation of the controller or conflict monitor. The switch shall be a general- purpose bat style toggle switch with .688- inch -long bat. The switch shall have a protective cover, which must be lifted to operate the switch. (d) Detector Test Switches: All eight controller phase inputs shall have push button momentary test switches. Each switch shall be connected to the first channel of each detector card input to the BIU. All eight pedestrian phases shall have push button momentary test switches by phase. These switches shall be located inside the cabinet door and labeled by associated phase number. A see - through Plexiglas cover shall cover all detector disconnectttest switches. (e) Preempt Test Switches: All Six preempt inputs shall have disconnect/test switches. These switches shall have three positions labeled "Normal" (up) which shall connect the controller to the Opticom output: "Off' (center) which shall isolate the controller from the Opticom output: and "Test" (down) which shall provide a momentary true input to the controller. (f) Switches shall be in groups of eight (8), matching the phase groupings of the intersection. 9- 29.13(10)C NEMA Controller Cabinets Section 9- 29.13(10)C is supplemented with the following: (August 23, 2011 * * * * * *) "Plug and Play" Cabinets are not acceptable. "Modular" Main Panels shall not be permitted. Section 9- 29.13(10)C is modified as follows: Paragraph 1, Item 1 is deleted and replaced with the following: (February 2, 2012 * * * * * *) Cabinet Construction A complete NEMA TS2 Type 1 eight -phase cabinet shall be supplied and installed by the Contractor. The size of the cabinet shall be Type 6 (P 5511). Cabinets shall meet, as a minimum, all applicable sections of the NEMA Standard Publication No. TS2 -1998. Where differences occur, this Specification shall govern. The cabinets shall meet the following criteria: 1. Material shall be 5052 -H32 0.125- inch -thick aluminum. 2. The cabinet shall be supplied with a natural finish inside and out, unless otherwise specified. 3. The door hinge shall be of the continuous type with a stainless steel hinge pin. 4. All external fasteners shall be stainless steel. 5. The door handle shall be cast aluminum. 6. All seams shall be sealed with RTV sealant or equivalent material on the interior of the cabinet. Paragraph 1, Item 2 is deleted and replaced with the following: City of Federal Way S 304th St at 28th Ave S Page 130 RFB # 15 -004 2015 7 1 (February 2, 2012 * * * * * *) The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, rotating or relocating one device to remove another. Shelf Height The cabinet shall be supplied with two removable shelves manufactured from 5052 -H32 aluminum. The shelves must have the ability of being removed and reinstalled WITHOUT the use of hand tools. Paragraph 1, Item 4 is supplemented with the following: (February 2, 2012 * * * * * *) Air Filter Assembly The cabinet air filter shall be a one -piece removable, noncorrosive, vermin- and insect -proof air filter and shall be secured to the air entrance of the cabinet. Paragraph 1 is supplemented with the following: (February 2, 2012 * * * * * *) 6. Additional Panel Space - Adequate space shall be left open for the addition of a master interface panel and an AVI interface panel. 9 -29.16 Vehicular Signal Heads, Displays, and Housings Section 9 -29.16 is modified as follows: Paragraph 2, is deleted and replaced with the following: (February 24, 2012 * * * * * *) All lenses shall meet I.T.E. specifications for light output with 12- inch - diameter faces. All vehicular signal heads shall be dark preen baked enamel and shall be equipped with 5" wide. black- polycarbonate back plates and black - polycarbonate tunnel visors of a length equal to the lens diameter. All hardware for attaching visors and back plates shall be non- corrosive stainless steel. Vehicle signal head polycarbonate materials shall not be painted. A 2 -inch -wide strip of yellow retro - reflective, type IV prismatic sheeting, conforming to the requirements of Section 9- 28.12, shall be applied around the perimeter of each backplate. 9- 29.16(2) Conventional Traffic Signal Heads 9- 29.16(2)A Optical Units Section 9- 29.16(2)A is deleted and replaced with the following: (December 18, 2009 * * * * * *) Lenses shall be of the color indicated, circular in shape, with ,a visible diameter of 12 inches, as specified in the contract, and of such design as to give an outward and downward distribution of light with a minimum above the horizontal. The lenses shall be standard red, amber, and green, prismed traffic signal lenses and shall conform to the specifications of ITE Standards (Standards for Adjustable Face Vehicle Traffic Control Signal Heads, 1977 edition). The lenses shall fit into a red silicon gasket in a manner to render the interior of the lens and reflector weather and dust tight. Signal heads shall have hinged aluminum reflector rings. The lens and gasket shall be secured to the door with four noncorrosive lens clips.. City of Federal Way RFB # 15 -004 S304 1h St at 28 th Ave S Page 131 2015 LED Traffic Signal Modules All traffic signal displays shall be the Light Emitting Diode (LED) type and shall be from one of the following manufacturers: Dialight Corporation 1913 Atlantic Avenue Manasquan, NJ 08736 Telephone: (732) 223 -9400 FAX: (732) 223 -8788 GELcore, LLC 6810 Halie Drive Valley View, OH 44125 Telephone: (216) 606 -6555 FAX: (216) 606 -6556 Precision Solar Controls, Inc. 2960 Market Street Garland, TX 75041 Telephone: (972) 278 -0553 FAX: (972) 271 -9583 Each LED signal module shall be designed to be installed in the doorframe of a standard traffic signal housing. The lamp socket, reflector, reflector holder, and lens used with an incandescent lamp shall not be used in a signal section in which a LED signal module is installed. The installation of an LED signal module shall not require any modification to the housing. The LED signal module shall be a single, self- contained device, not requiring on -site assembly for installation into an existing traffic signal housing. All red LED signal modules shall be manufactured with a matrix of AIInGaP LED light sources and green LED signal modules shall be manufactured with a matrix of InGaN LED light sources. The LED traffic signal module shall be operationally compatible with controllers and conflict monitors on this Project. The LED lamp unit shall contain a disconnect that will show an open switch to the conflict monitor when less than 60 percent of the LEDs in the unit are operational. Each LED signal module shall conform to the current standards in Institute of Transportation Engineers (ITE) VTCSH Part 2 and a Certificate of Compliance with these standards shall be submitted by the manufacturer for each type of signal head. The certificate shall state that the lot of signal heads meets the current ITE specification. A label shall be placed on each LED signal module certifying conformance to this specification. The manufacturer's name, trademark, serial number and other necessary identification shall be permanently marked on the backside of the LED signal module. LED signal modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing and the Contractor shall mark the label with a permanent marker to note the installation date. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9- 29.16(2)6 Signal Housing Section 9- 29.16(2)B is supplemented with the following (December 18, 2009 * * * * * *) City of Federal Way S 304th St at 28th Ave S Page 132 RFB # 15 -004 2015 1 The signal housing shall be designed to withstand winds of 80 miles per hour with a 0.25 -gust factor without permanent distortion or failing (torque at attachment of 6,000 pound- feet). 9 -29.17 Signal Head Mounting Brackets and Fittings Section 9 -29.17 is supplemented with the following: (December 18, 2009 * * * * * *) Mast arm mounting hardware for vehicle signal heads shall be clamp style plumbizer PELCO AB -3008, or approved equal, and shall be field installed by the Contractor. Fittings shall be painted with two (2) coats of factory- applied traffic- signal dark -green baked enamel. A watertight seal shall be provided where the signal head mounting bracket attaches to the mast arm or signal pole. Components for type D and type K mounting hardware shall be per Section 9 -29.17 of the Standard Specifications. All components shall be painted with traffic - signal dark green baked enamel. u 9 -29.19 Pedestrian Push Buttons Section 9 -29.19 is deleted and replaced with the following: (August l,'2012 * * * * * *) The Contractor shall provide and install accessible pedestrian pushbuttons and signs, as shown on the Plans. The position of the pedestrian pushbuttons shall be located in a manner such that the tactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve; however final positioning for the optimum effectiveness shall be approved by the Engineer. Accessible Pedestrian Pushbutton units shall be Campbell Company Model Advisor Guide Accessible Pedestrian Station (AGPS) or approved equal and shall meet the following requirements: Pushbuttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. The sign legend to be used shall be sign designation R10 -3e and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non - corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20 %). Pedestrian indicators shall include an audible speaker, call confirmation LED and vibrotactile p arrow. The audible speaker shall be programmable to have a button locator tone, acknowledgement tone /message, walk cycle tone /message and clearance tone /message. The unit(s) shall have automatic volume controls for message strength over ambient noise levels. The walk tone /message shall be programmable to stop with the walk signal or other user settable time. The unit(s) shall be user settable forAccessible Pedestrian Signal (APS) message initiation with an extended press or on call. The call confirmation LED shall be red with 160 degree view ability and once activated shall remain illuminated until the corresponding walk indication is given. An audible acknowledgement message of "WAIT" shall accompany each activation of the call confirmation LED. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 133 2015 u The locator tone shall be active for a time of 0.15 seconds or less and shall repeat at 1 second intervals. The locator tone shall be intensity responsive to ambient sound and be audible from six (6) feet to twelve (12) feet from the pushbutton with a maximum of 5 dBA louder than ambient sound. A walk cycle audible message shall be set for each pushbutton unit and shall be patterned after the model: "Broadway. Walk sign is on to cross, Broadway." The walk cycle message shall be intensity responsive to ambient sound with a volume 5 dBA above ambient sound up to a maximum volume of 100 dBA. The walk cycle message shall be audible from the beginning of the associated crosswalk during the walk interval only. The vibrotactile arrow shall be located on the pushbutton and shall have high visibility contrast of either light on dark or dark on light. The pushbutton units shall be installed in a manner such that the vibrotactile arrow is aligned parallel to the direction of travel for the crosswalk which the pushbutton is intended to serve. The vibrotactile arrow shall activate with the walk cycle. 9 -29.20 Pedestrian Signals Section 9 -29.20 is supplemented with the following: (December 12, 2011) The symbol message modules shall plug directly into the transformer or be solid -state modules. Side mountings shall be clamshell mountings Type "E," as shown on WSDOT Standard Plan J- 20.16 -02 unless otherwise noted on The Plans. All terminal compartments shall be painted in the same manner as specified for signal housings. All pedestrian head mounting bolts shall be noncorrosive stainless steel. Where pedestrian signal heads are to be fastened to the vehicle signal pole, the Contractor shall securely attach the clamshell mounting to the pole using stainless steel Allen -head bolts. Pedestrian display housings shall have a minimum depth capable of accommodating a Campbell Advisor Pedestrian Pushbutton Controller in the rear of the housing. (December 18, 2009 * * * * * *) Pedestrian signals shall be LED Countdown units as manufactured by Dialite Corporation or approved equal per the specifications included in the appendices of these Special Provisions. All pedestrian signal displays shall be the light emitting diode (LED) type with displays for "RAISED HAND ", "WALKING PERSON" and a countdown timer. Each LED pedestrian signal module shall not require special tools for installation. The installation of an LED pedestrian module shall not require any modification to the housing. Each LED pedestrian module shall be a. single, self - contained device, not requiring any on -site assembly for installation into any pedestrian signal housing. The power supply for the LED pedestrian module may be packaged as a separate module. All pedestrian "RAISED HAND" modules and countdown timer display modules shall be Portland Orange and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "RAISED HAND" modules shall be manufactured with a matrix of AIInGaP LED light sources. All pedestrian "WALKING PERSON' modules shall be Lunar White and shall conform to current ITE Standards for size, chromaticity, and intensity. LED pedestrian "WALKING PERSON" modules shall be manufactured with a matrix of InGaN LED light sources. The "RAISED HAND" and "WALKING PERSON' message- bearing surfaces shall be filled (not City of Federal Way S 304th St at 28th Ave S Page 134 RFB # 15 -004 2015 outline) symbols. The LED pedestrian modules shall be operationally compatible with controller and conflict monitors on this Project. The LED pedestrian module shall be rated for use in the ambient operating temperature range of minus 40 degrees C to 74 degrees C. Each LED pedestrian module shall be protected against dust and moisture intrusion per the NEMA Moisture Resistance STD 250 -1991 for Type 4 enclosures to protect all internal components. The assembly, manufacturing, and mounting of the LED pedestrian module shall be designed to assure all internal LED and electronic components are adequately supported to withstand mechanical shock and vibration from high winds and other sources. The manufacturer's name, trademark, serial number, and other necessary identification shall be permanently marked on the backside of the LED pedestrian module. LED signal pedestrian modules used on this Project shall be from the same manufacturer. A label shall be provided on the LED housing, and the Contractor shall mark the label with a permanent marker to note the installation date. LED pedestrian modules shall operate at a maximum power consumption of 15W. Each LED pedestrian module shall be operated from a 60 plus 3 -Hz AC line over a range of 80 VAC to 135 VAC. Nominal operating voltage for all measurements shall be 120 plus 3 volts rms. The LED circuitry shall prevent flicker at less than 100 Hz over the voltage range specified above. Fluctuations in the line voltage specified above shall not affect luminous intensity by more than plus 10 percent. The signal module on -board noise transients and low- repetition high - energy transients shall be as stated in Section 2.1.6, NEMA Standard TS -2, 1992. The individual LED light sources shall be wired so that catastrophic failure of any one LED light source will result in the loss of not more than 20 percent of the signal module light sources. LED pedestrian signal modules shall provide a power factor of 0.90, or greater, when operated at nominal operating voltage, and 25 degrees C. Total harmonic distortion induced into an AC power line by an LED pedestrian module shall not exceed 20 percent. Each LED pedestrian module and associated onboard circuitry shall meet Federal Communications Commission (FCC) Title 47, Subpart B, Section 15 regulations concerning the emission of electrical noise. Two secured, color - coded, 600V, 20AWG minimum, jacketed wires, conforming to the National Electric Code, rated for service at 105 degrees C, are to be provided for electrical connection. LED signals shall show no evidence of illumination for input voltages below 35 volts. LED signals shall supply illumination current (unregulated) for all input voltages higher than 45 volts (and conform to appropriate intensity requirements specified above 80 volts). The manufacturer shall provide a written warranty against defects in materials and workmanship for the LED signal modules for a period of 60 months and against loss of intensity below 50 percent of original values for a period of 36 months after installation of the modules. All warranty documentation shall be given to the Engineer prior to installation. 9 -29.22 Vacant Section 9 -29.22 is deleted and replaced with the following: (March 15, 2012 * * * * * *) 9 -29.22 Battery Backup System NEW SECTION (January 8, 2013 * * * * * *) Tesco 22 or approved equivalent battery backup system shall be provided to meet the following requirements: City of Federal Way RFB # 15-004 S 304th St at 28th Ave S Page 135 2015 !1 U Enclosure Specifications Anodized aluminum weatherproof enclosures shall house BBS and batteries. Enclosures shall be TIG welded construction with welding materials specifically designed for the material to be welded. Enclosures shall have fully framed side hinged outer doors with swaged close tolerance sides for flush fit with drip lip and closed cell neoprene flange compressed gaskets. Front door on each enclosure shall incorporate a full- length piano hinge, pad - lockable draw latch (center area on door -latch side), a keyed Core lock, and a pad lockable welded -in place vandal -proof tab rated at 2000 lbs. There shall be no exposed nut, bolts, screws, rivets or other fasteners on the exterior of the enclosure. Maximum cabinet dimensions shall be 46" H x 20" W x 21.5" D. Maximum weight of main cabinet shall be 250 Ibs with batteries. Maximum weight of auxiliary cabinet shall be 425 Ibs with batteries. BBS shall be mounted in an interior tilt out housing with 800 lb rated stops. Battery connectors shall be Anderson Connectors with silver plated contacts. Batteries shall be installed in fixed position framed trays for seismic safety and be readily accessible for maintenance. Batteries shall be mounted allowing airflow front and back. Enclosure can include two transfer bypass switches, one for BBS bypass the second for auxiliary generator (optional). All switches must be panel mounted on interior dead front panel board. UV resistant plastic laminated nameplates shall identify all controls and major components. A plastic covered wiring diagram will be attached to the inside of the front door. All components shall be factory wired and conform to required NEMA, NEC, and UL standards. A chassis ground point shall be provided. Panel shall be UL 508 Industrial Control Panel rated. BBS Panel Minimum Features: 1. System shall provide 700 watts of full control run time for four (4) hours. In addition the system shall provide six (6) to eight (8) hours of flash operation. 2. Auxiliary cabinet shall be provided and shall incorporate twelve (12) additionally supplied batteries. 3. BBS bypass and BBS isolation switch. 4. Deadfront safety panel board with all switches, indicating fuses, plugs, and isolation fuses for each battery pre -wired with phenolic nameplates. 5. All nameplates shall be screwed on phenolic engraved type. 6. All wire terminating lugs shall be full wrap around type. 7. All batteries shall be captive spaced from external captive sides in earthquake proof buckets. 8. Cabinet ventilation shall be by (qty. 2) 4" x %" louvers top and bottom with encapsulated bug screens, cleanable filters and a 100cfm fan to completely exchange air 25 time minimum per minute. 9. All DC terminals and connections shall incorporate safety covers such that the safety covers are in place for every normal maintenance mode. 10. Event Counters & Total Run Time Counter. 11. A red LED indicator light shall be installed on the UPS cabinet facing in the direction of the intersection and viewable from the roadway. The indicator light shall not be installed on the top of the cabinet so as to be visible even during a significant snow event. The indicator light shall be installed in a manner to be activated only when the UPS units are operational and powering the intersection. BBS Unit Minimum Specifications BBS unit shall provide a true sine -wave output with minimum 1400 Volt-Amp continuous capacity. BBS must provide for utility service isolation when in operation. The minimum rating for wattage output will be 950 watts. The BBS shall be capable of running an intersection with LED lights (for Run Time consult manufacturer). The unit shall operate off -line, with transfer time of 2 ms or less, with battery condition indicator, with automatic test provisions, and with hot - swappable batteries City of Federal Way S 304th St at 28th Ave S Page 136 RFB # 15 -004 2015 1 Batteries Batteries shall be maintenance -free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy -duty 50 amp rated silver- plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 Ibs are not acceptable. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 137 2015 all batteries in system). BBS will automatically recharge batteries from full dischar a to 95% ( Y 9 9 capacity within 6 hours. BBS will provide on -line operation for a minimum input of 92 to 145 VAC, provide full load output of 120VAC —10% / +4% at 60 Hz +/- 0.05% over a temperature range of -37° C (optional adder) to +74° C and be a UL Approved Design. For Safety and maintenance the BBS shall not exceed 28 pounds. The BBS unit will be delivered with maintenance manuals and schematic diagrams. BBS Unit Minimum Features 1. 1400VA 950 Watts, with quick make /break connectors and plugs. (Systems requiring hard wiring termination to /from the inverter are unacceptable). 2. Surge energy withstand 480 Joules, 6.5kA 3. Common mode clamping 0 ns < 5ns typical UL 1449 4. Conditioned power — Computer quality 5. Transient lighting protection —160 Joules 6. Transfer to battery time — 2 ms 7. Retransfer to utility — 2 ms 8. Each battery shall be 24 volts @ 18 AH with heavy duty Anderson plugs and isolated fused (dead front panel mounted 30 amp) connections to the BBS for greater system reliability and ease of maintenance. Series wiring is unacceptable. 9. Fan cooling shall be fused for locked rotor current. 10. Cooling air shall be ducted to cool the front and back of each battery with air space on all four sides and top of battery. 11. BBS covers shall be 60% open on both sides to diminish the environmental effects of extreme temperatures. 12. Includes USB & RS232, DB9 Computer Interface Ports. 13-Low voltage safety design at 24v DC. (Higher voltage DC systems are unacceptable). BBS Communications Module All inverter connections shall be made without the use of tools. This includes: A/C- Input, A/C- Output, Normally -Open, and Normally- Closed programmable contacts. Smart Slot Relay 1/0 Module; Input #1 Turn the BBS on. Input #2 Turn the BBS off. Input #3 Start the BBS self - test. Input #4 Shut down the BBS (when on battery). Output #1 The BBS is on -battery (during a power failure, self -test or run time calibration). Output #2 BBS has a low battery — Programmable. Output #3 The protected load is not receiving power from the BBS. Output #4 Replace the BBS batteries. Output #5 The BBS is overloaded. Output #6 Any BBS fault or self -test failure. Batteries Batteries shall be maintenance -free, type AGM/VRLA (Absorbed Glass Mat / Valve Regulated Lead Acid), such as APC Smart-UPS RMXL or approved equal. Batteries shall be independently pre -wired and individually fused. Batteries shall be furnished with heavy -duty 50 amp rated silver- plated Anderson Connectors. 100 Amp internal fuse by Battery supplier. Batteries shall be lightweight for personnel safety and protection plus ease of installation and maintenance. Batteries with a weight of over 26 Ibs are not acceptable. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 137 2015 Enclosure Temperature Compensation Operating temperature shall be a minimum -37° C to +74° C. Power System Analyzer and Conflict Resolution Module The system shall incorporate an integrated Power System Analyzer and Conflict Resolution Module. The Analyzer -will evaluate and make limited adjustments to the incoming utility power and will automatically transfer load to the battery back -up power if utility power is lost. When utility power becomes available, the BBS will analyze the power to verify stability and return to normal operation. The system provides automatic BBS failure detection and automatically isolates the failed BBS and locks the unit on to utility power. Once the failure has been corrected, the system will return to the normal operation. Triple Bypass System For Offline BBS 1. Smart Power Analyzer with Conflict Monitor Isolation and Transfer Module (SPACT). 2. Power Conflict Monitor (PCM): The PCM monitors load bus power available continuously. If load bus power fails for 5ms the PCM will transfer and isolate the BBS and guarantee that commercial power will be locked on. 3. Watchdog Timer — Redundant 5 ms delay and hard transfer to utility power. 4. The outboard Smart Transfer Switch shall not interrupt the normal controller function. Transfer time shall be 2ms. 5. Onboard Smart 1/0 module will execute lockout of battery backup system upon Smart detection of any inverter BBS fault. If BBS resets itself, it will automatically be available for backup. 6. ON Inverter to timed relay for Full Time control of Output, 0 to 10 hours. Smart Battery Charger Shall charge from shut off discharge to 95% fully charged in less than 6 hours. Batteries shall be ambient enclosure compensated to less than 1200. The battery charger shall utilize Smart Cell Technology to extend battery life. Intelligent Battery Management The system shall regulate under and over voltages without switching to battery. A Battery Replacement Warning shall automatically perform a self -test every two weeks. This will issue an alert to the user if batteries are degrading before they wear out. Through software, or the push of a button, self -tests may be performed at anytime. The battery charging system shall be microprocessor controlled to precisely charge batteries in less time than legacy BBS systems. Hot - swappable Battery Replacement A 60 second, user friendly, hot- swappable battery replacement system shall be provided to save the time and expense of returning the BBS to the factory for battery service and allows safe and easy replacement of batteries while the system is up and running. Replacement battery packs shall be shippable in a reusable box for convenient return of exhausted batteries to a recycling center. City of Federal Way S 3001 St at 28th Ave S Page 138 RFB # 15 -004 2015 The service cabinet shall be aluminum, and shall be a Skyline Electric Series 47700 or approved equal with Underwriters Laboratory label on the panel boards. A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background. Nameplates shall be screw fastened. 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Section 9 -29.25 is supplemented with the following: (February 24, 2012 * * * * * *) Where noted on the Plans, terminal cabinets shall be furnished and installed on mast arm poles. Terminal cabinets shall be mounted at a minimum height of seven (7) feet to maintain ADA accessible pathways. Numbered terminal strips shall be installed in each cabinet with sufficient connections to accommodate all necessary wires and specs as shown on the Wiring Diagram. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 139 2015 Testing Manufacturer shall provide a certified test letter for each UPS system certifying that the equipment passed all manufacturer performed testing per national codes and standards. Warranty Manufacturers shall provide a two (2) year factory- replacement parts warranty on the BBS. Batteries shall be warranted for full replacement for two (2) years. The warranty shall be included in the total bid price of the BBS. Included Design Options 1. Automatic transfer switch (ATS) and Generator 30 -amp external reverse service plug. 2. Keyed lock (Core or #2 Corbin) 3. Heater with thermostat 4. Two (2) conductor shielded cable to be installed between the signal controller cabinet and the UPS unit to enable signal flash operation following depletion of batteries to established minimum. Ten (10) feet of slack shall be provided within both signal cabinet and UPS cabinet. 9 -29.24 Service Cabinets Section 9 -29.24 is supplemented with the following: (December 18, 2009 The service cabinet shall be aluminum, and shall conform to Federal Way Drawing Number 3-45 included in the appendices of these Special Provisions. The unit shall be modified as necessary to meet all current requirements of the Department of Labor and Industries and Puget Sound Energy. The service cabinet shall be equipped with a lockable stainless steel handle and a three- point locking system. The service cabinet shall contain one (1). ground fault receptacle. Main breaker, branch breakers, and contactors shall be rated per the Breaker Schedule on the Plans. The service cabinet shall be equipped with a door -in -door, dead -front assembly, which shall prevent the exposure of circuit breakers and wiring. Wiring shall be arranged so that any piece of apparatus may be removed without disconnecting any wiring, except the lead to that piece of apparatus. All wiring shall be appropriately marked with a permanent, indelibly marked, clip - sleeve wire marker. All wiring shall conform to NEMA Class 11 C. The service cabinet shall be aluminum, and shall be a Skyline Electric Series 47700 or approved equal with Underwriters Laboratory label on the panel boards. A copy of the wiring diagram shall be provided in a plastic holder mounted conveniently inside the service cabinet. Nameplates shall be provided for each control component and shall be embossed phenolic with white letters on black background. Nameplates shall be screw fastened. 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Section 9 -29.25 is supplemented with the following: (February 24, 2012 * * * * * *) Where noted on the Plans, terminal cabinets shall be furnished and installed on mast arm poles. Terminal cabinets shall be mounted at a minimum height of seven (7) feet to maintain ADA accessible pathways. Numbered terminal strips shall be installed in each cabinet with sufficient connections to accommodate all necessary wires and specs as shown on the Wiring Diagram. City of Federal Way RFB # 15 -004 S 304th St at 28th Ave S Page 139 2015 The unit shall be fastened to the pole shaft with a minimum of three (3) self - tapping galvanized metal screws employing minimum 1- inch - diameter flat washers on the inside of the cabinet. Following installation, an epoxy sealant shall be used to provide a rain tight seal between the pole shaft and the cabinet back. 9-34 PAVEMENT MARKING MATERIAL 9- 34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate Section 9- 34.3(4) is supplemented with the following: (March 13, 2012 * * * * * *) The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet - continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro - crystalline elements of the drop - on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9-34.4 Glass Beads for Pavement Marking Materials Section 9 -34.4 is supplemented with the following: (March 13, 2012 * * * ** *) Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass heads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry- performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. City of Federal Way S 304th St at 28th Ave S Page 140 RFB # 15 -004 2015 1 1 1 t 1 a 1 1 Element Gradations Mass Percent Passing ASTM D1214 US Mesh Micron Standard Elements "S" Series 12 1700 80 -100 85 -100 14 1410 45 -80 70 -96 16 1180 5-40 50 -90 18 1000 0 -20 5 -60 20 850 0 -7 0 -25 30 600 0 -7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1 % solution (by weight) of sulfuric acid. The 11% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro - reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-candle [mcd(ft- 2)(fc -1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet - recovery and ASTM E2176 for wet- continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD /M2 /LX for white pavement markings and 500 MCD /M2/LX for yellow pavement markings and wet - recovery (as described by ASTM 2177) reflectance value of 375 MCD /M2/LX for white pavement markings and 280 MCD /M2 /LX for yellow pavement markings, and wet - continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD /M2 /LX for white pavement markings and 125 MCD /M2 /LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). City of Federal Way S 304th St at 28th Ave S Page 141 RFB # 15 -004 2015 The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow D ASTM E1710) 700 500 Wet recovery ASTM E2177 375 280 Wet continuous ASTM E2176 150 125 City of Federal Way S 304th St at 28th Ave S Page 142 RFB # 15 -004 2015 1 1 e r 1 APPENDIX A WSDOT STANDARD PLANS City of Federal Way RFB # 15 -004 S 30411' St at 28,b Ave S 2015 RFB ver. 1 -15 l N iu Y Zx m iz 68 +20 IL v off Ulf FU �OU �s � fl4 C 22,/25 T/4: 1/BKD NV V#MV -A6 NMVNO - �neri.n..u'eau.u�aa..amo, N�It111rON YYYMidlilWlN air a � v LL JLU. �G O tlJ�W L" LU �� a F) .c$ da c a d4 D /L/0 L/,tO: 1/16 O x H z W � W g yy LLF Z > 2 > C 2?%231-/3:1/68 +20 Y 101 +52 2 z A w {{{y 8 6 no LL w� U. Wa U. ZZ <W Z Zr� Z V l5gW LLm IpN Gv U. 9 c* PH; S 40L C&G � t 0 tCu-0 L 23 +4518 tj NV V#MV -A6 NMVNO - �neri.n..u'eau.u�aa..amo, N�It111rON YYYMidlilWlN air a � v LL JLU. �G O tlJ�W L" LU �� a F) .c$ da c a d4 D /L/0 L/,tO: 1/16 O x H z LL w I. W Es ms g yy LLF pp d H C 2?%231-/3:1/68 +20 L 68 +20 aN {{{y 8 6 cM G LL � f U. Wa U. < �a w LL � o �ci U. 9 c* c5i ai S W � t 0 tCu-0 L 23 +4518 PC j {OL 19- FIZ %C2Zj251�4 :I/BKD 1 S �ON <WY�� NV V#MV -A6 NMVNO - �neri.n..u'eau.u�aa..amo, N�It111rON YYYMidlilWlN air a � v LL JLU. �G O tlJ�W L" LU �� a F) .c$ da c a d4 D /L/0 L/,tO: 1/16 O x F LL w I. W Es ms <LL C,4 UeL 0 � 9 aFa x? C 2?%231-/3:1/68 +20 L 68 +20 aN {{{y 8 6 cM G LL � f U. Wa U. < �a w LL � o �ci U. 9 c* c5i ai S W O N C29-/ 27 6 Nl o 2 r z 8 w LL w I. W cC�1 7 z x5 L 68 +20 z w � St 8Q w LL � aa H LLa o U. N=� K 63C F � ` � $ $ U. t6 co r. C.) OAF Nl li {OL 19- FIZ %C2Zj251�4 :I/BKD 1 S A � § � k &$ «1 Z ■ ©q Lu w0 §Ge w2 0 _0 . e §■ ■ _ mM23 /31+0 ■ §§ q \ § CL �} 2t Li K§ § § a -k % § U. § 2 FF ! ± TOP FNDN § e � � � ■ � �■ f OLL g k «1 Z � w2 0 @ N■ 2 ■2 mK at 33 §§ 13Z) w r, §5 /F 2? :1/a3 & K§ CL (a . §KB 4 -15 k §[ � � 3 120 op § § v 'oE Lu �§, 5 k�Re L §k if K oL'/ 2!/ R § § ■ � k � �■ f OLL g k f O § "" ELL 0 0 §/ a & fkZ■ k § K R �# mK at 33 §§ 13Z) w r, §5 /F 2? :1/a3 _ _ : _ � •��� ' ■ § & | ® I � §U @ ( �§ .j $ Bz 468*50 2 ■ k 10 2§I ° § k uj � F 09 b E § § § `) k& § § ■ / 1§ && §§ H !& mK at 33 §§ 13Z) w g <B 6 -3 0 -32 § �§ - 2 § E & k §[ Z , § « b 0_ c !L6- F § w A £ w g aE U �§ - 2 o p =1t _ k § Z I F -s § o Fc p/ H � o ,y�§ � if 20 is I 16AA oB �i fill x x x x g x roaD�. �� mmaa m� rl �g g Lp All S g� sit I v w w � � .o � f got n s � �z O V O ' � i r v 'I' ♦ Ww 0 O V D tits � lV nW N i f _ - -1- -r I r i r I 2 f r� 9.•1 �1 1W WIOA�dpiAMI.YiOI YgW�p1 AMY iAi�011fe.HLtlIM11./I(p.Y 19 /il /�O/�111Wf11/M'�'�1/Y 4tl . lIi00MM./I. /1Yi1�A >.AMLM .IM � a � '. j' F r d S 9 W V Z aft-- r I t -" t f d r f , T. - T I _ [ l T I i 2 f r� 9.•1 �1 1W WIOA�dpiAMI.YiOI YgW�p1 AMY iAi�011fe.HLtlIM11./I(p.Y 19 /il /�O/�111Wf11/M'�'�1/Y 4tl . lIi00MM./I. /1Yi1�A >.AMLM .IM � a � '. j' F r d S 9 W V Z aft-- r I t -" t f d r w al �s 9 y b 7n T / /1l /PT J � H - � I N r J � 2 m� oUp _ Iva: ^ I = Z h W K tl W S w ' 1 2 F Z 3LL � m W v d p i #T � Z p i G p t � � WK W� tl W S 2 Fo 3LL � m W v d p i Z p i G p t � � (LU O c W K IIr�� yiMilB' iRiVM1 AS IiAhY1!0 t ez gig F. IL m� 3 N Fa s _ s3 a3 Wpa��cowyngE `l5 W K S F� Fo 3LL � m W v d p i Z p i G p t � � F. IL m� 3 N Fa s _ s3 a3 Wpa��cowyngE `l5 W K �g W 8�W == C F� 3LL � m W 8�W �g W 8�W j a 2 16 Gal. c M4 Z6 ?A m a c' 1DL az�S LL vxms xwn A9 wvwa -L. fill jil'iso 0 E i c ro tit ^N U. e! 13E V b Og� �LL �1 f .orra�waa�.�w.rao. wuoa o� .ern 191i111O1tK '1IYIWi�PYMal1'1�1 /Mt !' r N �1 � i N a �r 2 X6 -6 + oY8 �d J � � Qpp4� p e of WAA Y Y J ul W < f J W F W J >F sl i-- LU ul Nin.9 - X FS *'NVA A - S x z — — — — — — --- — Nm.S -X mm �1j ioo Q gib O RZ xFLL -T- F- z LU C=D C= O O of T- — ; AIL VXMS)W" As WAVW Z MAI 3dA.L I MAI Op i-- LU ul Nin.9 - X FS *'NVA A - S x z -T- F- z LU C=D C= O O of T- — ; AIL VXMS)W" As WAVW Z MAI 3dA.L I MAI Op Nin.9 - X FS -T- F- z LU C=D C= O O of T- — ; AIL VXMS)W" As WAVW Z MAI 3dA.L I MAI Op .D•X .O•Z -,, I A W9 W& 9 ti I— z f1- 5 CL • z Q gib z .D•X .O•Z -,, I A W9 W& 9 ti I— z f1- 5 CL • �8 ° i� It �� s- CL cc s$ gAID IL �o €ZE � a t� I ill Re 1 11$ HE Jill L r N !7 < In N O B •, Al, -- � 0 4 b J6 % - *Y �� = i VNMS )IWM -,AS WAVVO S NI w � N w A � O N N F 2 1 A Z pp 1 0 ` o Sol Sol l° LL�LL W 1� J h J �JJ �NN 2 1 T-- -------- RI., L t- T *'NFA .9 - t w m w sit ffi uj IL L UILL b4:7Y.9 Z 3dA.L lie. I BkLU qr 7,- IL944 � 04040000 w m w sit ffi uj IL L UILL b4:7Y.9 Z 3dA.L lie. I BkLU VMMS XHVM AS WAVW qr IL944 P 04040000 UA P0060000 _ pr 000Ly0 ®Q 0000000 G � 00000000 00000 O VMMS XHVM AS WAVW qr IL944 UA VMMS XHVM AS WAVW qr IL944 it it 33 r 8� } F �S b f swoe T" :w WRM gill fill B _._ ........................ "..f ...................... r Ir � A f �I 1� III II �I �1 �I II �I 1 i 1 1 1 1 I 1 1 1 1 g § Oil z IK $ __ As _ k � k ki k �§ ) ! � 3 ! _ 2 ; § !!E| ■ | | & | ® § � - §� ■ © _ $§s ■ 2 � ) 2 k� !2 § 2 k E 2 k � , _ g § Oil z IK $ __ As _ k � k ki k �§ § !!E| ■ | | z Z - § § |'• ■� §� ■ © _ $§s ■ , � § � k . ■ § | § |§ P $§ T ES ' � $ c a� o U m N w « £$ Ea om« o� `m m _o -LE -v , p ❑�G� mab 3Qm `04 L C W r0 Ey uio ma Ua -i EEg o �g m E k uj� �E Lo w' W F� W � Il O 2 r p i F �y w LU r � 2 W t j 2 U S O ms ♦; z 4- Z U) �b m � N 7130011 NHN mA8 WVbO O C M j c r v o m � EF o U W U a _ � c U Y j W � E Y V W S U W J m O W C O m F 3 4 a H la w i R O I C $ a 8 w we4 � I G C a o a jn r 1�qt� �� mo F U J 6 � � Mai Z _ ¢ ` Z I` ` 6° o a w� �xow° A �j b, ,srm�S� h O � �€ �WdI U ❑ O C O E�WK3u' m L m ❑Q�x O O ti � c m�+$ aEc cr - mo` i ° u E n gQ N i B �r Em u S li - $ �V" LD .0 mc..w m =9 a D 9EFL «@'i J p m�C 77 iUy E- C, �_ mom �'nw�$�cYa yu z 8� ygi 7f5 �Eovi N Ol cr i W 1 a H la w i W jn r 1�qt� i� u w� i I '72 76, n W III J m 2 p O L) U Vr LU a 0 LLI o O = m W = W = H O q C H ;> W io A K-S" i 3� F jb l� b i 4;L b m t Z w- _ ---- IF y _- _-- - - - io A K-S" i W wU F6 �< 7 � A I IYOLLLI3A A— w � 'N1n.9' a Pa 3� XM .0 - Ag UN3NOW03a 3ONV11V31O 31OIN3A A9 03NW#U3130. . Z w- _ ---- R _- _-- - - - - -- ------ ---------------- 1VOtLV3A H a �. Rf w W 9 J 1� I W wU F6 �< 7 � A I IYOLLLI3A A— w � 'N1n.9' a Pa N 1 = �W O q F i z 0 i Z LL 2 �Y l m a 0 b� q U 3� Z N 1 = �W O q F i z 0 i Z LL 2 �Y l m a 0 b� q U i b b b O is � io in 70 � O � ul m Ic m t 4 99 W b H 10 u1 O J b E ! L V i F K d W m to A d ♦ b W a LIE q H1 -- _.- .,..._. -. -- - -- - -. ._._._._._._._._ -- - - - - -- -- - -- - - - - -- - - - _._.- ._._._. -. -- -- - V O W q K U < € iq q�p W n @IOdAJ VSn 'A9 NAAVNO '%YW .0 - St N N"41,01 V. B Z i b b b O is � io in 70 � O � ul m Ic m t 4 99 W b H 10 u1 O J b E ! L V i F K d W m to A d ♦ b W a LIE q H1 -- _.- .,..._. -. -- - -- - -. ._._._._._._._._ -- - - - - -- -- - -- - - - - -- - - - _._.- ._._._. -. -- -- - V O W q K U < € iq q�p W n @IOdAJ VSn 'A9 NAAVNO '%YW .0 - St N N"41,01 E b IL (s 31oN mss) .91M of .9 .1 O----------- ow gig gig owl Elf a c3 0 *ilrT TEmn Mal -M WIMO Nil WV F WV ---------- - - ---------- ----- ---- -------- .8 A•.9 .L .0-,Z W!s cr W Ed rc qW IL .Vol �11 0 O. mgt ; � � s ILM 2 o 060 10 IN IL og go L Nil WV F WV ---------- - - ---------- ----- ---- -------- .8 A•.9 .L .0-,Z W!s cr W Ed rc qW IL .Vol �11 1 Ilk 8w �R 0 .1 ONE E91 fns o w o W " O a Al 0 N � N a �U � M F wy o? w a � a a 0 �wu�ou�w�w°�Y°m.ou iniw .sir � q .o �.�fp.w7r�w�oWrawrAl.w � � wwwosu� o.wimrewwr 3 ,wom.rw. A rmi.rr _ Y yge�'6�p d= �g a t t ti III O S IL QZ 0 5 A R W< w w a w m N W U 4 � ffff WHOSE N l ,b m A 0 i O O cwoAAo vsn AB WAVWG WWII I o 5m w O 2� La gl:.=, Rill Is 9 E IL IL Z; L UL ;260 cc 2 ui rc �z 0 1 P R4 w tj J im W Lo HIM91 r-r-I 1 �i I D c 7% LL a C6 LL ' dE a r�•mf g 5� N 80 � Jl 2� r cV P) f N IG P` m ci Na m I all W 1 8 r N r� qq� NS UW N I V $77 i � O F U O W \ r 0 '5 � r _ AI8 i-qw 1 Nmu .A9 Nmvw 8� N NQ G� 1; 6 �O V J it fib i� I I �I I V' I Al O W! LL = s W tM5 r � o0Wy A U i yN � In O t T �tqt; q � �� WU 8 r N r� qq� NS UW N I V $77 i � O F U O W \ r 0 '5 � r _ AI8 i-qw 1 Nmu .A9 Nmvw 8� N NQ G� 1; 6 �O V J it fib i� I I �I I V' I Al O W! LL = s W tM5 r � o0Wy A -ibLL CIO g g'8 a;Oo Z N i7 f Ih 'IrIIONW/IONIphDr..tMriN• icun.w ililltdf101fYp/N•C•IWNYi�,�NNI �/ Ya1R1NYODN, ilb'M'9iiO116I�NU� i uwseorrw�iwnr�vaNrw awx pJ 3 ��ILEY Yge�rW� i t2 �LL 8 gig W 4► W �� t �µl 1 � � 1 iW o W O ai 01j sujv f W M N Was =p " �1 WW+ F LL (< SW o � I �Wn U j p j7QQ 1wN oedoAeo vsn a e Nievao g ;g �W O C ', O 3i O � '� 111(►►►��111 6 w w w w A A w i t2 �LL 8 gig W 4► W �� t �µl 1 � � 1 iW o W O ai 01j sujv f W M N Was =p " �1 WW+ F LL (< SW o � I �Wn U j p j7QQ 1wN oedoAeo vsn a e Nievao t7 � Di Z z -- z Y- s J O W ° W n n el ° � 8 02 N g� °W lzo d cc � �� n `S ���LEY YgeN' z 3 F N N z ��F z ate° o oy WQW 7 _ oz vi Y W W 4 W ? S W~ Cff O JLL� �S b0 O QF d LL i� ZNF 602; d. ��r �'`' doz Q C w dt Is 6 mD C a 3 O W _._,_•_,_. ._ _ _r _ n -7: � W < C Q• � ~� N (�(JJ Or2 N wlm bV UZ°yWW �f oi RW oin WO w p G °W °LLO U' oy N W r OtlMGLtVl4 !O AROMN A a �y( o OD W O a I • �1I ; C a it _ -- 4��s- � � }-A °�•� s O - -- - -- -- IF`Ie :p 4' b LL N +K O-Z yy' � �2�UZKj xK 0. oz X H FF a V zj p <gp o W LLW H <o m � w o a m W u 0 LL vem WAD NAD S _ Q _ ' -- z < U. O mWW 90 0 In d W moon Ham A9 wavao ° LL LL O O oc � H E u a < b ..- •I I v o ° 2 ID m °R _ E in N m c m c GS E 5 m O C p be b J T-- 0 ID HST ° O w ■g S _ a W n a� �mmo� G it Q U _ Er a a m ° E n O ° m x c.�H n E � n °c $z m �n o w �O I- -0 F� ; t— ° m g 3E O C 5 cf E Q C 0 8 pE.f p0 $ m N $ O G t7 � Di Z z -- z Y- s J O W ° W n n el ° � 8 02 N g� °W lzo d cc � �� n `S ���LEY YgeN' z 3 F N N z ��F z ate° o oy WQW 7 _ oz vi Y W W 4 W ? S W~ Cff O JLL� �S b0 O QF d LL i� ZNF 602; d. ��r �'`' doz Q C w dt Is 6 mD C a 3 O W _._,_•_,_. ._ _ _r _ n -7: � W < C Q• � ~� N (�(JJ Or2 N wlm bV UZ°yWW �f oi RW oin WO w p G °W °LLO U' oy N W r OtlMGLtVl4 !O AROMN A a �y( o OD W O a I • �1I ; C a it _ -- 4��s- � � }-A °�•� s O - -- - -- -- IF`Ie :p 4' b LL N +K O-Z yy' � �2�UZKj xK 0. oz X H FF a V zj p <gp o W LLW H <o m � w o a m W u 0 LL vem WAD NAD S _ Q _ ' -- z < U. O mWW 90 0 In d W moon Ham A9 wavao ° LL LL O O W K =2 i-Z OAW b ..- •I I = g z wgww SyJ 6 b J T-- 10 1 b � S O w ■g S _ a W 3a a� t7 � Di Z z -- z Y- s J O W ° W n n el ° � 8 02 N g� °W lzo d cc � �� n `S ���LEY YgeN' z 3 F N N z ��F z ate° o oy WQW 7 _ oz vi Y W W 4 W ? S W~ Cff O JLL� �S b0 O QF d LL i� ZNF 602; d. ��r �'`' doz Q C w dt Is 6 mD C a 3 O W _._,_•_,_. ._ _ _r _ n -7: � W < C Q• � ~� N (�(JJ Or2 N wlm bV UZ°yWW �f oi RW oin WO w p G °W °LLO U' oy N W r OtlMGLtVl4 !O AROMN A a �y( o OD W O a I • �1I ; C a it _ -- 4��s- � � }-A °�•� s O - -- - -- -- IF`Ie :p 4' b LL N +K O-Z yy' � �2�UZKj xK 0. oz X H FF a V zj p <gp o W LLW H <o m � w o a m W u 0 LL vem WAD NAD S _ Q _ ' -- z < U. O mWW 90 0 In d W moon Ham A9 wavao ° LL LL t � w� p NZ 2y� W K + @S p�ryW11 4I W yY1 �pyNpp < 2 p ZN2 ° <� S `6TSU W LL��- - -- do i 3p hl Zvi o =S o() I U�� WN Z N m Op e� a W. JJQQJCFWg _ S2 by �� 6=Y�� io �O M o ZWE r CN cd 1.�LL J W � LL W IL �..... -- �\ ` Z tl, cc $ F F p1 i a�Q' ('dAU .OZI y O � m U W N W a �p g= r < wW E 5 rW p>< yW \ W LL ZZ y2 N ,► = w X.-- < W Or W N r 11 V J W �y1W= W W ` CS d (' .OZ1 W �[ t F D W $ w - MM O p Za .0-Z d �mk'� ° U�N NI t •" Y Or o d N5 K p i`F w = ytw ¢ y` U W N < < W ox d LL U) h 1130011 NkI3d AB NMVl10 v I o i �CW d ~° z y �Ijoo g { 49j: L ILO 01% Lmr a �� Q � 4 p Ft W W N W; W W 4 p= W I � ` x W z�a _r O .M - - - - - -'- - - W SS �' C w� LL SS $7b�7 Z� NW� O O� r 4 J W oeZ WD 9w- WpqSC 2 i9 < Z WI, O r 2 .�► ► ail ®W do i 3p hl Zvi o =S o() I U�� WN Z N m Op e� a W. JJQQJCFWg _ S2 by �� 6=Y�� io �O M o ZWE r CN cd 1.�LL J W � LL W IL �..... -- �\ ` Z tl, cc $ F F p1 i a�Q' ('dAU .OZI y O � m U W N W a �p g= r < wW E 5 rW p>< yW \ W LL ZZ y2 N ,► = w X.-- < W Or W N r 11 V J W �y1W= W W ` CS d (' .OZ1 W �[ t F D W $ w - MM O p Za .0-Z d �mk'� ° U�N NI t •" Y Or o d N5 K p i`F w = ytw ¢ y` U W N < < W ox d LL U) h 1130011 NkI3d AB NMVl10 v I o i �CW d ~° z y �Ijoo g { 49j: L ILO 01% Lmr a �� Q � 4 p Ft W W W W W 4 p= W I � � '! W W IL �..... -- �\ ` Z tl, cc $ F F p1 i a�Q' ('dAU .OZI y O � m U W N W a �p g= r < wW E 5 rW p>< yW \ W LL ZZ y2 N ,► = w X.-- < W Or W N r 11 V J W �y1W= W W ` CS d (' .OZ1 W �[ t F D W $ w - MM O p Za .0-Z d �mk'� ° U�N NI t •" Y Or o d N5 K p i`F w = ytw ¢ y` U W N < < W ox d LL U) h 1130011 NkI3d AB NMVl10 v I o i �CW d ~° z y �Ijoo g { 49j: L ILO 01% Lmr a �� Q � 4 a �t t • 22 IN ('dAl) WAl) Ll C"d Im SJLL �r GQ pWW '�W Fm CL °O LU W W W fC W W W N °' C F C m a yoq�jl � A -.> J Alz n:; z • a a N J� Ir T� - -1L ~ Y W •rte_ Y. �� TT�� _ a z Q_ Qua w �� LLr rNj� W� • y A -Z N111 2 < rZt 7 WW < W pW a W yO� O LL LL p Ft W W W W W 4 p= W I � � '! W W �t t • 22 IN ('dAl) WAl) Ll C"d Im SJLL �r GQ pWW '�W Fm CL °O LU W W W fC W W W N °' C F C m a yoq�jl � A -.> J Alz n:; z • a a N J� Ir T� - -1L ~ Y W •rte_ Y. �� TT�� _ a z Q_ Qua w �� LLr rNj� W� • y A -Z N111 2 < rZt 7 WW < W pW a W yO� O LL LL k o 9 N �a c c - o 0 a1a 2 O r— m NW 25 n 4 F x — ry V1 IL fA m O U O J OO1 yym �N Q2 Q N UW SO p`q� < > 4 t=9p m N r0 ° _ v L d D w � Z S N O ca • H • N W W H N O w O 0. P E �o N .' '! 3 pJ .. o' C a c N wur gc�l E ar ¢ E E m ,k x m°2 E o 0 H H ti in co � d N �J W t l 8 0 Q 60 A W 12 v Z N 4 W wUZ Zp a: � a Z 2 G iD w O H Z as U / w \ w� 1 Tsoci l Ml3a AS WAVWO o- % zo 6Y f xt w 3y FF LL Na33f U OW 60: J OO1 yym �N Q2 Q N UW SO p`q� < > 4 t=9p m N r0 ° _ 3 L d D w � Z S N O ca • H • N W W H N O c� 6 H F o- % zo 6Y f xt w 3y FF LL W W � 4 is G ril Na33f U OW 60: N OO1 yym �N Q2 Q N UW SO p`q� < > O `�w �wg N r0 IA�Z``y m b 4 � W W � 4 is G ril O Q W� aC W V Z N UI U U n 00 K N o j Q W LL O `�w �wg N r0 IA�Z``y m \Y^ • H • N W W H N O c� 6 H O Q W� aC W V Z N UI U s> O a a 8 j r 0 0 0 ; �1 mom MEA !w M%WW O 0 g o$ � 5 o IL c E 0 3 Q p an a o s m �o c 8 `mot 5 � • g' c 0 o' c 0� S m W CL c�2 m n 3 S E $ E c 4Di .a N .9 % m E a m L) E u w 0 Ins 5 x Q- U) Z s> O a a 8 j r 0 0 0 ; �1 mom MEA !w M%WW O a•rw..w.. vnwa,rw.•w O J N M.KIWNr•TOIi..•.IMYN LOM evilly 4.9., Z C r tidy a F W -1 W s = x tO I o zci d— t W p H m a IL lu CL g O -0 Al 6 IPA — 2-2V-- NH Zyl LLg ow jg w y 0 K W _� WW o 2 10 �oS �pff = ZQOy�� J6 0�7 UaU U�(9 U� Jy W y�z -------------------- ° � a �0sw zF zN Z2 V1 U ( W (7 Z K KN F N Z9 n ¢ O S�'OJ7N y wR 1 C Uw �U pU O r O O ImI I l Y • �Jj • rR _ 1LLLL� F Wp Y1 mLL W 8 � a 0 a•rw..w.. vnwa,rw.•w O J N M.KIWNr•TOIi..•.IMYN LOM evilly 4.9., Z C r tidy a F W -1 W s = x tO I o zci d— t W p H m a IL lu CL g O -0 Al 6 IPA — 2-2V-- NH Zyl LLg ow jg w y 0 K W _� WW o 2 10 �oS �pff = ZQOy�� J6 0�7 UaU U�(9 U� Jy W y�z -------------------- ° � a �0sw zF zN Z2 V1 U ( W (7 Z K KN F N Z9 n ¢ O S�'OJ7N y wR 1 C Uw �U pU O r O O ImI I l Y • �Jj • rR _ 1LLLL� F Wp Y1 mLL W 8 � a N f 1 t 1 i � C w�s,�lW�owv,nwoWrwr�rlu ~ LL m.mm� Nin9cQm° o fim��m mF (Q� (p m d w 3 OlV1 W ��p8 N2 OCf� Wo�O m�p� W = %vD€ Qom` yd ZZ h id 4 W� E E� N `` `_�.. t FO $ p a a�v�. g'a7 �m $rn w} u`o�8 �y �s � ��� dY5� �a � gLLg G tt W ca c�- Zp to �lr % j� Q i Yg=A M2 E dam. �a `S� m r� �� � m$ o� - � m ob`� Q�y �2 OC e 9�.��� a� V� �OS.; m �E �'m m� c c Q+ 8'vm o •-•Q m $'° tFi $ O g�Qum m m €vmmm 3y �c q °� mE m� H h M{L m =LQC a a<c£59 3$c is 5E m ��v tqw eb €�� m l �I : sam mq Zi Sc c 5' o` F t6 nrri� mfi m1p &$ro cmym YSm �a E LLc OW a OIqg ma � VN� j C �.i�'•'y� .m-a W Sc 99 � b Q p O p m D bL'N 40 ,ACmrU� c�c �7g���� c�c Em -"-3 =m me Wv�i 3gE �,Eo F FWN1- J li Cn LL AAA U. rh L8L L w �L liv i wtlaJ �< y Q�c m w C C U p H O 2 ci vi m W� z iwm J axi o L -° $ � � $$vi3 Adj J o z a c $� n LL E cgs rr Us o � TZP IN N Z OF T, LL I ci =V�� pZ w cV 7(VWl -'t V r �; .9 f wz b b b b bbbbbb WA $ 1 $ _ b b S 4 4 ;a W5 ,2 94 a ''C O; �v Y= 5� a D2 g� ,57 P �i °z t7 If sah c$ oj- - -- V w8'y�w g � 1,7 8 "j w , Oj I n oa3wQ�' HN , LL Ewa o � IN N Z cV rj< V wz rat I t O-Z . $w =U gb WOO* SSV») i 1VNS 03111HO 'N1aY3 0398n1SIONn ISNIVOV AW3M LSVO 3AHONOO AL NIBO NOLLWONnoi a0i 37mvi a3s o W J W 7 a oT z 7 J < Yy � C7 H Z b W �z b W i c 9 �j J y -<< RZ QQZ; € ` J� + go gig to Z ,ow co $ �OC>C a J_ O Hz O �C j OW F � < � LL � 2 O• Ll W ` Zcr cr Q� o LL Oa03A0 VSII A9 NM"(] � b b b b bbbbbb $ $ S b b b b S b b b b rb b b b b b b b b b H b a #& m a O CL 3 C � u u ��� r b b b �y bs IL u u^ b b be O b b° be Z O W b b b o 0'. bbbbbb =ON $ % b b b b b �- ;-- b b, b 2 .. x gig 0:. �•� Z,6 W �U. a� ' b b b b b b b b b 00, b b b b b b m= M1 LL h t: n: [n t7 : W d y < 00 d �2¢3�i CL Y o G 8� a CL <61 wm b b b to LL Z W d if N N ye y° u" Jeo ioo b b b N b b b b b b b b b b b b CN H �■ bbbbbbbbb of oc �y¢Tbebbbbb U. `� Qbbbbbbb2ab 4bbbbbb JV. <�c b'we -0 bb ?bbb < W > ' b A b° f. i. !. b b J < < W b b b I b b b 11I b b b ?bbbb b m $ m le �?bbbbbbbb Z?bbbbb w 0 n W s w < .j ^ b o e< a i. k b b b < t b i. C G C W j �3bn b: bn b b: bin bb b G ? $ bbbb ibs M i e {4O K J J NOW a� so LL za z z St Oava *is _ d0 30VA Ol 'NIw A •.V O LL 1 G A NIW Y KN, s3iavn � � Y �1_ 4 O � < F Z WO J zz F�WW �m O 44 N � 0 NN {K y4� b FsZ i 2 d 0 4 ? W G� �o =LL J W � Iz Sao z We a r W ��.�� 61t SS 1:1 5 RZE W ; � x 4 I c< - buff ¢ Z Z 8QQ LLF W {¢¢ PIS w 68 D Q LL O =W 0 CL y�8 z JYO > I �1 WW�y O N N _Z 7 2 N,y p Iry �Q% LL s » i� o� go Z Ii1M1Y•O/�miM.p�aAIRAI 'ALLW W }Ay OIIiYYF®H .41M4r WlIIY 1O ��M Y101:1017HId®1iWYmY1/WIW 'MOYW L1W1Mil0Y'A�MIA Ywl'JD]t1oMg11R1. ALM llm o u � 'XVY1 i Ntw r Z6 0 Pu rL 0 f� LL� Z a r w o u � 'XVY1 i Ntw r Z6 0 Pu rL 0 f� LL� a egg! tit m CIZ Y p y� 8 ep bbb bbm HHH OMOdAo vsn 'As NMVNO m of � M z a ((�� V~F i-P{ H ��JjWfA OW P q N tW N <g ; a M If 4O 2 a3 t7 D p �' eo Z Z . p i . g Z lit= .11 w ��.�� 61t SS 1:1 5 Z W ; � x 4 I c< "ff� a egg! tit m CIZ Y p y� 8 ep bbb bbm HHH OMOdAo vsn 'As NMVNO m of � M z a ((�� V~F i-P{ H ��JjWfA OW P q N tW N <g ; a M If 4O 2 a3 t7 D p �' eo Z Z . p i . g Z1 Z R O c< Z Z 8QQ LLF �$g = 2 o D Q LL O =W W ttt w 2IL m CL y�8 Vex caw a .wiz "I o Z1 Z M > -��� �� W -S o ta- 8 Q m wv Qv�8 m �5 r ;mt C c W > m $ -< w c •q' E c jp w t cO �w Z H m ce c a c m=- - m v �2 J m y01° 3 c c cE� � v vo & °g c cZ > c ry a --2 g'°� C.G Mpg Ep m co � �j c a jaw •F' C a jjW:..7 Oc,' me CR NrS D �� L, m g WW Inv -v In .`2 ' o'� o' rr'm odd 1B ma � ulvl S LL 8 LL �3£ LL Er in U) sy Z ai "•i v 6 "D n; w� 5p0 WN< Z chi O O _ M -w w 5jxA n Wi 91W,D {Yl.i.'m LRi bl.W.0 lvaY W �Ip ■141g1Y1.1� W/M.4..Y N } 0 E� H O Y Ei E �d.,•l�1r 9y zQ gw P-! y7 € 28 UI`a ���'�ME q� C 8F 8 N try c N � ^�32 3ma�pp (�fpp ''-�� �{ W pp oil c Fa• J - � � O ntC � a � 1] _� C p 2� °cnCONtulm d .E - a'w g1OCq � °gaiE S Cp FE F� y� F n 5 p m 0 0 8 6 J (D AZT 8 8 Lbw LpO 4 £ 5 �S _ < u1C o 0 w 0 ,122 DES .13 mEv t $� < F .... dr0. It ffi -� % K 2. E y�9 1"�` 1 c ]y 0 g yq LL o� q� w Go to Z ,GxR A l .t x z } y<H LU J a W U in0 zn I _ 0 W W Sg PS��a ruf � LL i w po �s QQQ U �B _ P - R- ZM ore N V J✓1N� Ono 3zly zs g ��o� zvwzi w Q(�ONg FN! LL U O %VNI 0.0.y¢g p d N NZ �; mm XVW .9 .l �vr� �Z ce < F .... dr0. It 0 W -� % K 2. .. y�9 1"�` 1 ¢ OZ 0 LL o� q� uj 2 >W A l .t W ¢ z o C y<H LU J a W U in0 zn I _ 0 Zp� (d0004 SSV10) LWHS 0311810 'Hlav3 a3sumsiONn 1SNIVOv C1 K �_ .0. Hld3a NOI1VONnOd HOB 318V1335 OHOdAO VSII 'AB ll .L b b b n$ U. J b b b b b b 0 Z 7;6 1.>1, > SS OVId�NI-AV153dld Tdl3W 3 1d W ' 031V!lnlil V NIHLM 1SV0 31321ON00 '..0. t K b b H1d3O NOI1VONnOj it 318V1 33S U ~ t z 0j S IL Ok. N Y�Wp O gZ 6 it ~i > 8g IN N b L LIZ, �N U UU a xe U O %VNI 0.0.y¢g p d N NZ �; mm XVW .9 .l �vr� �Z ce Z� W F O O .... dr0. It 0 W % K 2. .. y�9 1"�` 1 W� = CW,1 y W H c o OZ LL o� q� uj 2 >W A l .t W ¢ z o C y<H �b W U in0 zn I yZZy�� Zp� (d0004 SSV10) LWHS 0311810 'Hlav3 a3sumsiONn 1SNIVOv C1 Au03HIa 1SVa 31M NNOO .0. Hld3a NOI1VONnOd HOB 318V1335 OHOdAO VSII 'AB ll ym� N F bbbbbb Z_ 92 ri �a o 1`j ? w % Z OZ LL o� q� >W m 4d C u - bbb b yZZy�� ym� bbbbbb Q$ bbbb bbbbbb bbb b yZZy�� b b b n$ b b b b b b x 7;6 b b b b b b b b IL > t CL > 8g IN N b b b b do xe y� U 06Wx � W � -o y U � bbbbbb ?bbb �@ o' &o 2 L bbbbbbbbb fly bbbbbb 0 a LL � U) CL LL t7 i M "e in 6 If w b Oo V 2 ' ��¢ aQQ Qa aQQ0 W 3�n �Q aQ li U ni g NO g r ni ?S SSO g W M IL Ob �� W x a� Ob di LL CL LL i .�i b b b" o 4- < a =o �$$bbbbbbbbb F 6 Wo s*Rbbbbbb R m b* Ob W N �$ A m b b b Fs N N b Ob W ~ i b b ID M b Jp Hx �asfbbbbbb bbbbbbbbb 10 � � � .r- .'- b< OLL i b b � � b N x W r f y O W b t � V b b �' Fa �� bbbbbbbbb b b b va O bbbbbb m it H b b b M bbb M M b b b o b b 0 o F. wa QK M J W = W b b b b b b b b b b b b b 7.0. b b b b b b b m < a 77LL g g Q W< Q J 8 10 01 Z < Lu- < J J _ b b b b Z o b b b b b O ll, O Y Ze f i i O ill f LL J I& J gig Jr Ir m ib m 0 � � =�w mt0 13 0 cE LLC J � w z T� g,a rn� c U E �r� .0 O 15= W L F_ 2 x YC Q � L Z( 4 a�yi U t� gam; z CD SUZZRW lo d ac_wKi SSSSSy ,F � a in n O F � o 1`O o n Y M O IL r s x3 L @E W==W �UZN N C �p 9 0 1!010` ao s H n co ar�io� N 6 O N 6 yy� r 1 < 1 e K ¢a .11 - < pr ql � 2 � .V - 313NIO 1106 < 3 W 0 O b.UF, W< _ ti `$ NWZ iU�� � NtA g�mmkisb�;�� c z < � i WW N v H � 1 � 1 U < 1t oo Y K Zo 2 ` � .bb�NL ui 2 W � q J O IL ate .0 - .oc ^. 2 H W • a « K < ■ u o W yy� r 1 < 1 e K ¢a .11 - < pr ql � 2 � .V - 313NIO 1106 < 3 W 0 O b.UF, W< _ ti `$ NWZ iU�� � NtA b� U w c z < �ig I i WW N v in 6 0 0 1 � 1 < 1t oo Y K Zo 2 ` � 2 N W �0LL < RJ as 8 UWa (�1Fay yY'�_ tN<'sS ZW w J U ('dW �I y All! r l,, ki � 1 MlZ � w tdAU � I ?Jl C Z �Z 4LL���Lj LL 's4 1. UPH LL -.l zrl Z NIW A-S31NYA .0-AC 2 W O _ to 4 _ ti `$ NWZ iU�� � NtA /_ N a w l N t �ig I i WW N v in 6 0 0 'W c J 1% o e K Zo Q W �0LL < RJ as 8 UWa (�1Fay yY'�_ tN<'sS ZW w J U ('dW �I y All! r l,, ki � 1 MlZ � w tdAU � I ?Jl C Z �Z 4LL���Lj LL 's4 1. UPH LL -.l zrl Z NIW A-S31NYA .0-AC 2 W O _ to O _ ti `$ NWZ iU�� � NtA ci arc ^ �± a w l N t 9 O Ww WW N v 33o� OUE 3 K K Zo Q 2 a J' �MR.9 -63WA ate .0 - .oc ^. W �0LL < RJ as 8 UWa (�1Fay yY'�_ tN<'sS ZW w J U ('dW �I y All! r l,, ki � 1 MlZ � w tdAU � I ?Jl C Z �Z 4LL���Lj LL 's4 1. UPH LL -.l zrl Z NIW A-S31NYA .0-AC 2 W O a O _ N 2 NWZ iU�� � NtA t i s N t � I 1 WW N v 3 K 1 1 1 1 W J f g` r O N 2 t � ■ t i t2 1 WW N v 1 1 1 1 W J f g` W W W mH O p �Q U si Si I a 0 Qy2 m IS u J = O ` � wW g� R u r i 8 Gig E6 Z W Sp n m ¢ g m� m= o F G 4 p b b b H z � Lm EE�m0 3 ac 02 n €� c# Em r 9 m p m e .-o y t N tw m e Q G >> n- 9m 10 g5r 1 F a L mCa¢ oc g _' mE as 4p c vi = �x He m m m 31 EM at ¢� m .D�aU� rmy W ^, H oC� Gn L _W 1$ o O Q.0 vi i 3� c �L� 02 3b� F-0 < r N ID 7 cg O 7 N UE S I c tD a 0 Qy2 m IS u J = �\ ` � wW g� R wX 3!V J fV O 2 Z W W ¢V m u� 6 F G 4 a b b b H z H J U c tw J 2 N F f �o a 0 Qy2 m IS u g E 2 G b b V b it b W - - =► w >rc W i W Y N 6 �W N `~ Q Z egg.; �dm= H =�J -1 o r i W N6O g Z b fro O _ F .M L J �\ ` � wW g� R wX 3!V fV O 2 g E 2 G b b V b it b W - - =► w >rc W i W Y N 6 �W N `~ Q Z egg.; �dm= H =�J -1 o r i W N6O g Z b fro O _ F .M L S SNU381118 AS NMVtlO F uj am > U)i O ay O< U Z ¢ 3 W 1 8 U J � W N NF R Z W W ¢V =r 6 S SNU381118 AS NMVtlO F uj am > U)i O ay O< U Z ¢ 3 W 1 8 U J � W N 0 j N �Z` o Rs 013040 = a 6 ,mow? tl /� ZZ ' a o L°� GC ' row d ° k came r. WJ0 WW CF. I�� c boIfl- E can v 9 ( .►II Azy OD c z� Q m g s z a3s) W mQ m ^v Fm Lu C7 F m c GW = ° ° Z or x i3 W 16 V I i N y� lyly, S wa U >m -�W �g p IWWy w W zll � O � (3(�� pFo�,, W 2LL m U� w W U_` P o O o £� W<z o W for a 1 w !ZJ 4 n K i W (LJdILLNOO .. Izu x m $' ip i! 3351 •. LL Z Z i m �....... Z m O LL U, 1w I W W W W p LL zO spy °a� KF Z o W N = W ~ < W t <C a S xvw.v� pl w o ga �g g � p =p s< .WSI A� a £V G < W14 W 7 i J .►!E A w � a OU Y O_ mc w W � W O w `—' (Laenuroa tt W 33S) m _ z \ m W - ®......a _ o W W \, ..4 0 / ..,. R I N W W q N N Q y W 0 U r $ - lz z 6> aao"o von :u wawa q V g W IL Y L i WW Yam y = n r y F L 2, °' _ � U y Y ��ry N Sip R t6 W �p IJl L O O S I c� ury � � � a W W 6 9 m � J N LL a F- M Y Z ® O P auwAJ vsn 'As NMvw I S L SMT Nvld'aLS 33S 31lnLJnwis al am iow ssmNn .LL = SR aWi O m� y s 0 2 C y Z S W C� O N b p CIE � t LL Fl J = � $ � 0 o Ow Z O 5 Co J.j m °p wa.z S °<Z � W r y Q 0 ` W d og U a 7� 0 LL U i s� 5 O 5 Z Y W of mmF V r Y 7 ir W U 2 I I t. �k � S r i r � r I ' W I � newt f0 �USc 7Z WF r7i q � A�xl I �U�� W FCZi H m 1 4 cwwAa vsn ka wHvaa i b J W Uy O 0 C N W t K �W yyy O W LL y a s I[ W F 3 g s4 5 F- y 5 °.i � � 305 � ` a o g~g — — o© <a> <i i> * <6> t i J oL) 51 it r� r� �O s J yam! O W N s ih s Z K W� W �a c�z o Y f � F a W u 1 'J rn N �C C� m b N a LL E�E � cm �� W� �g t N L �g �LL r i m � c a m to r 8 'S a 3 � 5c a W N gpW� N � o .S -21 m 2 m E In a c 2 r _ ID 3 m5 a Cv C7� M O U y I A-.t• As G (dAl) .Ul ol� J T. T. N,AA 0. ' i ONWA3 VSII AS WNV'dO �_ s W!!F d °wi 3 m z <; = �a M� M m 1H013H 1f1N m e m o 0 LL O g D C w � I I L"".V&9 'XM'1 0 N n gCl� q Z w O O �W b b b �zt 5 : b f. O �W� o� o $� lgpp ;Qg a�� gig S 115 w IN w O � �WW �N O g� w bm J ®m �w O O� w yl i N i O N yw Z S �g 8 �m �p s N <a w8 E U LU IL w II a w •on sNrow. aw .� r >� Os�.� b it IY i VI I/N1OSY Y01011111M sY slsl N 4srD00 sr�s� w01 • w'Y w its c � as % c N O wLLCb � 4 Z �'g s i� _B 9 Y1 �B.l 0 UW CL mz ml (dAl) .Ul J T. T. N,AA cow ' i ONWA3 VSII AS WNV'dO b b b �zt 5 : b f. O �W� o� o $� lgpp ;Qg a�� gig S 115 w IN w O � �WW �N O g� w bm J ®m �w O O� w yl i N i O N yw Z S �g 8 �m �p s N <a w8 E U LU IL w II a w •on sNrow. aw .� r >� Os�.� b it IY i VI I/N1OSY Y01011111M sY slsl N 4srD00 sr�s� w01 • w'Y w its c � as % c N O wLLCb � 4 Z �'g s i� _B 9 Y1 �B.l 0 UW CL mz ml �a 0 J T. T. N,AA a WO domi = �_ s W!!F d Y 3 IIf� VZ 'O z <; M. ai M� M �a 0 ul O <; > J 1H013H 1f1N C � w � L"".V&9 'XM'1 0 its n ill w 2M O,J J g pq I �1 99!'" i a q�� < A -= IIOS 039Z1flLSIONf1 ' g ' I$Nr*!DV AU03aa 1SVO ONOO O OR 'o AL H1d30 NOLLVOWIOZI WZI 319V1 33S 4 J N M F O' W J tW m D z H o r O _ d' lu �a o� O °Id=wQ Q Oz s = LL psi � a s. $° �CC�pp� W.0 tl �� ui �Cl C C M y VY a� o�� � 0.1 �cQa a a w $ c J X �x w b 2a 1.2� c� o n o E° ° tr6p � Ca LIU, a E c ywy v C > � =SQxWULLa{LL° m w� �o< e Z > U 2 ry ri a Go Z C r O O J J 2 i� yJ1 � °Z3UW m �WLL r = g m� Js p�1 r Pp J gig Y I i r go yJ1 � °Z3UW m �WLL r = g m� q 1 W oaoAAo vsn As wNvw b fV m� Cp W S N M E n a a aa� wt w ' cr W $4 2 K K3 VIVO 310d VM3WVO 33S .'d. iH013H W 3KV'J 3 ` 00 j� 0 0 �LL A O cif 1 I 3 4 .s as o N u a w i r a U W W N 319VI338- MV-Id 3M Q� jig W Js p�1 r Pp J N q 1 W oaoAAo vsn As wNvw b fV m� Cp W S N M E n a a aa� wt w ' cr W $4 2 K K3 VIVO 310d VM3WVO 33S .'d. iH013H W 3KV'J 3 ` 00 j� 0 0 �LL A O cif 1 I 3 4 .s as o N u a w i r a U W W N 319VI338- MV-Id 3M Q� jig W Js p�1 r a -J N QQ j � W Q a LU ce 9 h PW ry <NNN`�WC Ok�W yO Jl 00 log $$ W �& i a I .0-A � Jp�r b WO LL Uo� J � W K .0-A � W �H� $�3a�a3a�3a LU ce W W � 9N� li �r ••53 53 53 53 53 53$8 'y � =lQ10��3SO�Xiki N $ qu ��lAXil8SC38!@38� 8 8 8 8 8 8 8 8 ����eommm moo 9 h PW ry <NNN`�WC Ok�W yO Jl 00 log $$ W �& i a I .0-A � Jp�r b WO LL Uo� J � W K .0-A � W I� LU ce W W � 9N� li x Owl N LI 1 I ' W C4 F sw <� o„ U sp� K N N w $W LL or 1J<<�J{11 N N J I-•II_i � } � o t boo z s ` W LU 2K �f _ u4u `�, W ' <+ RM Sq s�s LU M gig QQ� L\ V .0-.Y I .0'.Y jO ww� C Y/1OIIli Yd 191!! M n !ti 91 ICI •00010AY 1101 �10111I OIY �� M Y �� 11i M YIQ1/10Y�9 A M • NY � >Yb RhI 3FZb W �t �U 0 o` .0_L � J 0 Z F J .0-M W (a) c� o out out b O� aaodAo vsn .As mm d1 C4 o sw <� $W ii=W or W N LL jO ww� C Y/1OIIli Yd 191!! M n !ti 91 ICI •00010AY 1101 �10111I OIY �� M Y �� 11i M YIQ1/10Y�9 A M • NY � >Yb RhI 3FZb W �t �U 0 o` .0_L � J 0 Z F J .0-M W (a) c� o out out b O� aaodAo vsn .As mm d1 w�W UZ U vg OU q a� �2 .6 = g z IW� q O � O 0 d 1m ps_ 8 .0-d O tWpq w "W2 W WH 1 3m j`�` 0w �N _i J Lux f i! 2 K cd � 00 00000000 ©© 1011 1¢ j:j its C4 ogz Ul d $ f O a L�` W w�W UZ U vg OU q a� �2 .6 = g z IW� q O � O 0 d 1m ps_ 8 .0-d O tWpq w "W2 W WH 1 3m j`�` 0w �N _i J Lux f i! 2 K cd � 00 00000000 ©© 1011 1¢ j:j its wa SN3838 -118 AS NMVW sz II bJ 2� 0 yb� 5� S�3o O��LL ZoZ� O�< O w J ; � oa sro ouw�waouncrdr..�w �.n. .or�.ax�arr�axorww�rrrw Q �. C ...�oma.rr�xonp,noaaeu.�wu�. M �3ai a r J z ST C Lo Z � W oo o{ lz e Q y d U.q o g e Z .i �O Po 6 c H0 `_o o�11 Sx 03F 0 O W 5 01f�.,l1 LLm y6 8a Q $o (aW� W 3 m N I O ~ 2 0 0 -f—� w I J W w J n O ' > a z O w \ r'a I J w 00 C' w � N m M L mm m N � m m� j tll CLm a° �r '2 0 �° E 9 0 L° 8 E c w V = N a O m 0. m F 0 cn x a U-9) C W m 01 2' d 'f0 - C 0ms C 15 12 E ggE `mV `m 1 y n€ m mm mm _m w l�L lO0 LL' m m a m i m 2 r N m O 1/1 wa SN3838 -118 AS NMVW sz II bJ 2� 0 yb� 5� S�3o O��LL ZoZ� O�< O w J ; � oa sro ouw�waouncrdr..�w �.n. .or�.ax�arr�axorww�rrrw Q �. C ...�oma.rr�xonp,noaaeu.�wu�. M �3ai a r J z ST C Lo Z � W oo o{ lz e Q y d U.q o g e Z .i �O Po 6 c H0 `_o o�11 Sx 03F 0 O W 5 01f�.,l1 LLm y6 8a Q $o (aW� W 3 m N I O ~ 2 0 0 -f—� w I J W w J n O ' > a z O w \ r'a I J w 00 C' w _ pp Cm C J [ o$ I • F _ o El q tow ; W :S�] m W SIR -W 0411 g$ m Q b « a �� m a H x g �� k r S El 619;16 W c c 3 UQ m V. i7. Gig-R2 y �p9g��gCiS E � g E o c E y 3 LR E� �'8 Xm Pp c c p Up. 0 C W C C p E °'HEo " z� E t, cii »t <A 39 R % ry M . In OgU y� H cro At 2 I E 9 rA Wig d d 0 W y � QFY O OLalAO vsn AB wvw 4 C - W a� m m E m a n Rc mD n a �4 F� 3 a C7 a r 12 °n m mb Ixp �m m W Etag -1 EE 6 F- U) 5 I, y C <N o � � r.rrrwr wdr...runsr A ] m i�■It1Y110'�1IW Mt1M W1tAl /tY Q .Q g r .ww weow rvr�oau.orrw�.. p � „ � Q .r.rwrr.rrtrrr..wtrrw ra � Zp�p� 2 � � o c 'm a . 9 IFFY yg✓ Gm i� NP >$3 i°�u et' NAG -CZN g3 $ jU sa °o trite ���.; J2C C Y ¢ a �b� aN1Fi °a� }FQ �a` :S a F Hi - C � ; g w2 o q �p o$ I • F _ o El q tow W :S�] m-a 3 � c� W SIR -W 0411 g$ m Q b « a �� c E p. a H x g �� k r S i y , o o E�� c Xaa �B V. E o c E y 3 LR E� �'8 Xm Pp c c p y Z W ssp xp m xx s �- « I F o f vl��.i x z m t O,.� , V o O w �i1VW < ■.v O W In OgU y� H cro At 2 I E 9 rA Wig d d 0 W y � QFY O OLalAO vsn AB wvw 4 C - W a� m m E m a n Rc mD n a �4 F� 3 a C7 a r 12 °n m mb Ixp �m m W Etag -1 EE 6 F- U) 5 I, y C <N o � � r.rrrwr wdr...runsr A ] m i�■It1Y110'�1IW Mt1M W1tAl /tY Q .Q g r .ww weow rvr�oau.orrw�.. p � „ � Q .r.rwrr.rrtrrr..wtrrw ra � Zp�p� 2 � � o c 'm a . 9 IFFY yg✓ Gm i� NP >$3 i°�u et' NAG -CZN g3 $ jU sa °o trite ���.; J2C C Y ¢ a �b� aN1Fi °a� }FQ �a` :S a F Hi - C � ; g w2 o q �p o$ I • F _ o El q tow W :S�] m-a 3 � c� o SIR -W 0411 g$ m Q b « a �� c E p. a H x g �� �s o o o y , o o E�� c Xaa �B V. E o c E y 3 LR E� �'8 Xm Pp c c p ssp SHE O ■ � 1ER EDtI �- « I I W O N 1.3 f vl��.i N g Lm 8 ,. w W $ W 3 W O 0 v W ' W U � 1���++ � _ 3SW AVNbYOY lO d01 O 3H.L MOMG WMMR'I J6 °� ■ 31 82' jFg�W p~ m ~ O LL Hal W �x z0 , OQ J � ��° .► aISM F y 1. � s xVW .Ll 7 Sava a31 m A 3N1 MOi3B nnro NIW .YL t O r m II �W1ry[�NN� `t 2 S11J N./� W w h1l 1 � J J 4w w_ S 3 z z W Q o N N tW n` l h m2 p m 4 J 91 ki i_ ki- 11 is k f a Q�Q:o 7H J J c � s a 3 _ = W 1 o tile g C O ' NNNZZZZ pF S2W Ot/1 � v v o W a6 lie J 0 1 ti y �J h� F .ML � All m m W WW F NN o U�k anm 2 jj r� s Oyw W m l �F N mm C� �I E Q PI s Q O_S _,, h 6 ki` a T I y y J if J NI U ` < 1 Gil 8 mJ 2� (m]$1n gu m, m. w w ■ anw � �s �tt ti Ana aay WymN � L, IY)tllr �r O \ 1 r w r lex dla Q O r m MI. z a i y J z 0 0 3ZW 'L - o'er an Z m cc 1� J F IN 9x ti m5 J p� •� lllj�W QQ J J C� �N Jd o GOcc MIN S�W t7 T4' J W O WZly� .j tt11 O t F ON W HN 6 612f � l � i I m y) m� m b m y K p`- � 0 O cuoiA3 vsn As wAvwo h 6 ki` a T I y y J if J NI U ` < 1 Gil 8 mJ 2� (m]$1n gu m, m. w w ■ anw � �s �tt ti Ana aay WymN � L, IY)tllr �r O \ 1 r w r lex dla Q O r m MI. z a i y J z 0 0 3ZW 'L - o'er an Z m cc 1� J F IN 9x ti m5 J p� •� lllj�W QQ J J C� �N Jd o GOcc MIN S�W t7 T4' J W O WZly� .j tt11 O t F ON W HN 6 612f � l 01 1 1 a� I• m� E >�Z •� (��Aml" i 1 yg w m N WE gr m m oo E m_`G m 7 g mUW $ €�1 8 Com39 G C va�E r ��EYYg mas > m - m c �� m �� i4m .8 p�p ¢&Z a ��ma �mvmi5 _m ° moac �i�$ xfQ B'E ._.-- -' Q oi�yd � m m� Ti mio Sc c-lomm -d �'v coal��o•- —F LL > c$E ' y Dada Lu 8 W o vi -E uj N 9. o a W a z p� c m O. CC c m L m N m��� C —�— I � � 8 g N m i$ V __ c c 333 0 E 2E U ��$ Q li ���c � w��$ oz�� HOC o m OQZS £O7 LW }cgs sQ�° mC �a iU m �m1Opxt m ErLg �mLS °' $�$ B 0 -o'3 �oN oo�,�a immo d, Q$8ar� gEmod £ a�V1w `ovo `om' "von �$fi �$ a8� mm s �_ m8`vi, 8 r elo 5 c "$mx °� om2c,: > d c �. m N L�c p� (AN m 3.�k N ��m 6 aC�� y mm8X ELL�� N U/ 41 IE L M _ c$N8 E. °s° E $m >DE � Ri fO, -.�o3 LE EmL o g rn 3a e $ ImrS° cFri',o IoE 5 o c' g' m o m m m m of >i & m y aE aE �4P H�v a m C�Zm(h - Fa- � .� =x m;9 2 N M O N i0 h aG 01 O ma9 i c� O et c` $ono mU..�° CS E- _ v D cvm >> a i 3 o i0 co Ai T _ 1 L 1 v W o s-- ' J 1 030VJS ATaA3 SOUS S t m CD 1 1 m o 'Q c I• `a c N�F i 1 yg w o a a R v E E c yy - A c c O r m m _� •S n 1 1 y IR W{y i 111 2 _ d W L pW Q ImJ — ��a OJW� N ._.-- -' 1 � G9� n$ n V c 8 uj W p W U W LL > > ' Lu _0 -- 1 I d W W a z x � � 1: F: ill —�— I � � � � LJI N J a a 0 • m _ W m x i i= 0 w i o a X QQ 3 t z t w ;r m Z Z 0 O (0 (OJ >7 F F N N Q x s 14 T _ 1 L 1 v W o s-- ' J 1 030VJS ATaA3 SOUS S t m CD 1 1 m o 'Q c I• `a c N�F i 1 yg w o a a R v E E c yy - A c c O r m m _� •S n 1 1 y IR W{y i 111 2 _ d W L pW Q ImJ — ��a OJW� N ._.-- -' 1 � G9� n$ n V c 8 v W p W U W LL > > ' Lu _0 -- 1 I d U. 0S w I(MOIAO VSII AS NMVMO �o �J z -- qw N ) J W f- w O L _ w N Da wo 9_ Opw Oa WWE W o0. wO� 1 1 V On N tat Q I• ' 1 •i N�F i 1 Ma. IL 0� one a R i 1A _� •S n 1 1 y IR W{y i 111 L I 7 1 — ��a OJW� ._.-- -' 1 t- �I �•1 I HFN J / ' Lu _0 -- 1 I U. 0S � —�— LJI N J a a I(MOIAO VSII AS NMVMO �o �J z -- qw N ) J W f- w O L _ w N Da wo 9_ Opw Oa WWE W o0. wO� i V On N tat Q I• O n Z 7� N�F Ma. IL 0� one a R rim 1A i I• O N�F 1 b 1 1 1 1 1 1 1 F I 0 1 T T RR= O N�F T T S Gig m � a . IW J hni I f f ki Y3 m� 5 n�2 1 zOz �� LL Oro F.Y BggN' too =a , %yam V z I_" N 10 ...Are I I , = i 1 1 I O W� 777 O i ®O _ � I II II I II 11 I II II C__________________..___ =a* "n 42 WINING 1 1 1 1 1 s. O b 1 ph } �I d •• l p »P ari m i ®O _ � I II II I II 11 I II II C__________________..___ =a* "n 42 WINING 1 1 1 1 1 s. O b 1 ph } �I d •• l p »P ari I W `i�� O G I 1 i 1 I 1 i 1 f - i 1 1 I i lO 1 I I I _ 1 1 I 1 I c W GG I W `i�� O G G • � 31� E E 8$ Hd 3 E 3 cN s c m� 90» �mp Y In E g•a gla_ > "a EE Tp a3Lsm w ��' s3 5n pj. 8�F ZL § R C Q p p S O Q IiS C cm m$F 3 xE C. c ? 'c a v EIEZi a 5 ?( —La W 1? c N N O CxCx mppp v A 1p� N T R �y4v� Cg 2.Y W aOCc$b E3 m O i�L°m k 5552228 CTa .L W $ 1q _ SO I 8y Z p Wa � SjE 3if 233 L3 D �" 4� Q Ui Fcsi ��gna as i 11 FI Q 10 m I L + ouo"o von :Ai mvww (dAy U33YdS AWM3 SOn1S £ _L 1 N 1 NMVON110d d0 WOM 301SNI _ Ot i .oc < ► s¢ m ° ^7 V d N N — 1 �I a r W z S a L Z 0 I 4� zo P p O apppa n N 2 0 �p b S yrL ►L 310N. G 339 — � WO o iC V N N A� Rga Cp $� E 0 <8� 00 I O xvn � a SL .£ 9 30VWD 0314SINIA 3H1 o 0 AAo-39 nnnLNnv.K O Z N U O C t V h G <xp la Z s z m�W 3 � t �=d� ff ~ o Y 19 on O z J � 4� zo P p O apppa n N 2 0 �p b S yrL ►L 310N. G 339 — � WO o iC V N N A� Rga Cp $� E 0 <8� 00 I O xvn � a SL .£ 9 30VWD 0314SINIA 3H1 o 0 AAo-39 nnnLNnv.K O Z N U O C t V h G $ r � � a k -i f 1 it °z .. Z 8 so Z; uj a e ;° W Y w U 2 y�j b v N 9 =AA* "1 As wm �O W �QP y� i J1�N i1~ • QO I e `i W W V < G VV� N i W V c �;r r mex o °la g�os 3i' �� • s • • w m goo� s Our Ogg N J F a v - - O� 3 m ° 111 b 6 � < N ng •U! Z < Ow 5 q � Nrc6 g�os 3i' �� • s • • w Ogg N 's j' d d od od LLi LLf �� ILL LL� LLi mi (6 3 g 3 „A, NWM AS WMW z W I W i� d *r y M ^y I I C ply, !,. I C e r- a rol) KLM rUM VC1. 3 b Is b b q b J !� J Luil r- a rol) KLM rUM VC1. 3 b Is b b q b W r w� ix W O n w LL i GI I 1 LLI I I I I I 1 1 1 V � W �w F 1130011 NMA 'AB NMVW 3!/1 dM aS 0 z (azi W J W Z 4J e O H N M W W. �I.01lIIYilldl101r/I�M pIY � � iY1rY0QM1101.1W1IlIrpM Y�OOIr..1riYIbY..Yy iO� d $� / zz g < Q < M � W ao O Y ea O 1► il It F LL Y i n 3 0 z t�� W v Z ° WJ p IL to a Q W m J J f4o1 is i a J J J w� ix W O n w LL i GI I 1 LLI I I I I I 1 1 1 V � W �w F 1130011 NMA 'AB NMVW 3!/1 dM aS 0 z (azi W J W Z 4J e O H N M W W. �I.01lIIYilldl101r/I�M pIY � � iY1rY0QM1101.1W1IlIrpM Y�OOIr..1riYIbY..Yy iO� d $� / zz g < Q < M � W ao O Y ea O 1► il It F LL Y i n 3 0 z t�� W v Z ° WJ p IL to a A6, � W Hill 3 3NV1 i TERM NN3d AS NVMW 3 3NV9 �i J 0 0 z Z rc � t z � g � x J IL Z IL Z +� z N W< a ld 3w doss F� CL 8O J 4 W z o JIIL 0 U) 4 W t gig F �WQ $O as a 3 No 1lVNd8Vdo H1d3O -AVM .0 -'Nlw AV Z 1f1OMVS 10 N1d3O T ry %1 N }.I o � o � t r « Y }y t N Ful J �f T tt 0w5 W WWZ3 I T H 44 c e I _ ui KU n J ? 3AWONOO1N3w3O u� aO 11VHdSV d0 HbMG XVNI .C- 'NIw.W9Z IIKMWS:io HIM �f T tt 0w5 W WWZ3 I T H O z W I O W co �r•o.rur•erm•oir..ww•r � .ari•rwwirirrirrwr�.rr � � .rr1'III.rM�'10IY•.IOIY.•.M a ♦Ap011•�./ • M .. � r IL a a � yam/' Q�pQ VVj.. � •+ b� YYS�11 F aj a i 0.;; o;; Z J 0 `` cn �XXWW�iWW� (/34� Wl�a2 Ou >��O(u $a f Z O b� z 0 W r 0 z vL Z 11 J WO NJ dl F z 0. W v 5. m W z Q F z O° W 44 c e I _ ui KU n s 313NONOO 1N3w3O VO 1TRIdSV d0 H1d3O xvw .c -'Hlw .els z InOMVS d0 H1d3O i I ; i y I 1 O z W I O W co �r•o.rur•erm•oir..ww•r � .ari•rwwirirrirrwr�.rr � � .rr1'III.rM�'10IY•.IOIY.•.M a ♦Ap011•�./ • M .. � r IL a a � yam/' Q�pQ VVj.. � •+ b� YYS�11 F aj a i 0.;; o;; Z J 0 `` cn �XXWW�iWW� (/34� Wl�a2 Ou >��O(u $a f Z O b� z 0 W r 0 z vL Z 11 J WO NJ dl F z 0. W v 5. m W z Q F z O° W 6 g � m $5 o o a N c m c ae �� Es U! c c L s C m 2 3 $N� 9ka �m� �€ _ �m� c.m a.Res a8a��Wg� M Q . ID r m cm O <V t7 d wt Z�w OH p ow VK W WWp1WW9y F � F \ Ed e m V N 1 W_ S J S I ' 1.l Z O I . t 9W V N N Z. ppCp UN tl7 2 W U �=a Z Z = o U ,.1 N Z Z F � � p N U Z� SS I I I 1 1 I I I 1 I 1 1 1 1 N O p W I 1 1 Ko I I I I jl LL 1 1 p I 1 W Gi o �=a N = o Z F � � p 1.LL0�1Wi Id�.�YwIY � i1i1�11rpY.Y101i \v1Y'i1�M � �i YwOO�r� IMYM � r IL qoq t VV S - - -- sJ P> LIJ $ �Uy tp 2w r� L W tu — tu 0 W U Z� 4 BUR W HIM �aiW 2 LLJ 0 0� Z $_ w th l w� o cr CC J Z Q�a3j t 77� W Pe 'NM ZQU " .t U 'NMI G fJ 1 J 1 [i L' 1 1 F m Cp 0Tq g 8F$ IS a��� w w-� co coomo von As paww Wry N '" yNI. YM a.a.o . n. Yx r i ICI IIIO�.I.Y it �INIF > 1�� N 1 el Y M 110 N .RIYb 'JOLtt .' M � \D a 4wWO Ni.� 1�1 • .Y M N� r C P a 7Z "v 0 ; _ s 0 Y oc = a � t OaZ (� G V s � � a � g S 6 �I of �= sggoo���s� 08 W W ®g # (g m � . m -P W � � 00000�0000 G� e� Z z�Z O¢ QIOAAO von vu wwm id b� J� W � a , c TgW - holp Ht NW Z J y� d Poe 0 i d Y�IIIY! Y IY i I/1 •UiIY�Y �W iliM M ISM M 1� e Yi�11AgM Lgbp'idlT /N � {D � J YwC00 �� �1 IOn 1 YL Ylt �d G {e! ■+) �3a v $. � If1 O LL W� 1, b II i B \i O b w w w x rn z(o oo(o Y� w0 H VV F ct a 9' 0 J rc W 0 ps ___ ____________ e V O J I {F{y _ O awwo ven As wAvw ^o, �f m nel d of W ai i 4 V 1PYl A J/.Ylllli L@ IIOI.M1� Mt I� IY $s � cc r alit, WF O �b Z J P - U t- n b� r� ai y W N 1,04 t b Q f U J CL � t U VIM mirl. on" b� ¢i � if ?� c ®° t ct a 9' 0 J rc W 0 ps ___ ____________ e V O J I {F{y _ O awwo ven As wAvw ^o, �f m nel d of W ai i 4 V 1PYl A J/.Ylllli L@ IIOI.M1� Mt I� IY $s � cc r alit, WF O �b Z J P - U t- n b� r� ai y W N 1,04 t b Q f U J CL � t U VIM mirl. on" b� ¢i � if ?� | § � § ! K |2 e!« ) §B §97q | §.2 , §!. ,) | 000 |� q! � !@ � § � � @ _ -- �� --- \ —k - -- - •— — — — -= - - - - - -- \ � x CD & ) D , ]! f 7 § E ( �e ! � � | ! \ )E2 } | ! ! -� #f §f k| Q � ■/ HID k3: 3: f) 7 k §§ 3 » _m _m__ � � § § \f� ■ |R§ � , (i> � }| � ■ |_ 0■ t3 &§ IL ca§ § (a Z §!§§22 k $,N §22$ � \f� ■ |R§ � , � }| � ■ |_ 0■ t3 &§ IL ca§ Z |�| 2� � \f� ■ |R§ � , �p Its g` mm Ea m �n >.a ���gm ;boo$ g�ari���gm cc ffE °_1A�o°9 c r m Y ui tG rn nq NO �s m. � 4� g d I20 0aY xto Ig C7F F < 4 K! AL y �s Zi R C O p z 'ji W ww yppW��y =J _ o ��y w W Y Gd ul w (n; �t �j }� O v allwAJ VSn 'A9 wwnvaa w d E E �, H LL O0 0 80 W W � rw {LLB� t i I p S w w� U La = � sF- m J 3 l ac�000000 000 ©00On 00 00® D � O 1N J N Ef. o o R o '� a£� W N A W�CCC F 5 W = (00 w 0 1Wy pr m H o C W_W S F W J �y W 0.r0.r _� KG owziAJ vsn :As wvua g 0 aW j al = ~ l a ®r� .o �aauwoou w..sr rAionanYU arryarwawrrax w RY 8 V O R 0�R �gN�� W C �' a r o �� ��s y� LL z a tj }ej LL � F t ^n i Z-4 N R .�• 6 t _ y° ) ♦V O Jb oW d O O Fir O a LU CL CdA) I z I� ('dAll N W8 Q J � O 1N J N Ef. o o R 2 LL Yr W C U Li N W�CCC F 5 W = UW U i N 1Wy pr m H V W W d� w0 o U LHg3H d ('dAL) Wa A'A .9-Z N 2 Apwi� W L\ ,...� -1m p - NAI) -- A-£ owziAJ vsn :As wvua g 0 aW j al = ~ l a ®r� .o �aauwoou w..sr rAionanYU arryarwawrrax w RY 8 V O R 0�R �gN�� W C �' a r o �� ��s y� LL z a tj }ej LL � F t ^n i Z-4 N R .�• 6 t _ y° ) ♦V O Jb oW d O O Fir O a LU CL CdA) I z I� ('dAll N W8 Q J � O 1N J o o R C z Q U LL a 4 W O U Li N $� g W = ZZQ`O ' a F � H V W d� w0 o owziAJ vsn :As wvua g 0 aW j al = ~ l a ®r� .o �aauwoou w..sr rAionanYU arryarwawrrax w RY 8 V O R 0�R �gN�� W C �' a r o �� ��s y� LL z a tj }ej LL � F t ^n i Z-4 N R .�• 6 t _ y° ) ♦V O Jb oW d O O Fir O a LU CL CdA) I z I� ('dAll N W8 Q J � O 1N J o o R C z Q U LL a 4 O O U Li N _ �sc ZZ ZZQ`O ' a F � y S a o i a� z 3 LL W _U LL allOAAJ vsn :As wvuo W IIYY Sp{IJ'YY WI �l0YMM1®ON]I4 0��ytY .z z` ZM o v y$ mac, c Jb d r�rs ♦ 9y Z d � � d O��b�B Q�o�♦ _ °a a V Z 4 F N N Z C r C � ` W W W uj o W F LL W � F � � m O C a _Kx ' - W Z < C W a. N x W25 x �® jal�� 1 N Z� g P W� I U N =o J o O 8 J � a � W 0 .0•R A •.L b iM i r de Pam A•9 A•.B K Ig 00 J 0 m a I � t WF. 2 m W� =og_a LL I J� IL 0 V m ~ _� � go Y m ¢mod Q�Q 7y 0 4 m N r G �F � W c7 Y 01div& NIMS MlVW :AS NMVW W 3 ri W F `i t5 K pp � N c j o Y f0 m�N C h <h J O M i Y g'O W 5 J v A� J n W z 0 J O N of W z J W 9 W z z W V W J i IZ N r SS Si Z w= W� 0� d r a �3 Z n W z 0 J O N of W z J W 9 W z z W V W J z W z lz .e R W V b aao:uo von 'A9 mvww �Aa S z q� i a l W Z 7 ul q is S i go g w I .+ W z J W z W ui W W 0: r - W Z W v m Z IZ N r SS Si Z w= W� 0� d r a �3 Z = a b b z W z lz .e R W V b aao:uo von 'A9 mvww �Aa S z q� i a l W Z 7 ul q is S i go g w I .+ W z J W z W ui W W 0: r - W Z W v m Z IZ N r SS Si 0� d r a Y � Z = a o� m a m o .16 r 0 m W b z J uj z ti _n ° b W b W us z J u z ui O lu h 7I ~ a W z co WW b W ° b µ1 h Fr 3 A y � a zz K W WA O bi W az W r�l�m P r � • W m Z W II >7 N v' 2 U W J LLl � W dTj CZ U W ] C Z Z O i w W W �W< z W W U 0g 0 F IL 5= LLI= ppop J y U. v O K CL _ 3 / U I 3 � 3 Zia 7 WW W z i :3 W Ix U Z K F v F 5:3 06 LAW �IOi /i/IOiYAIII /AUY IiIYWP. Q �IIYeIIPww�naP �V1[ IIr1�lY11Y�Y1WigYNw'I�pn k pily IOYtM'YIP ai N cz 3 o rr 1 �� !`fs d w F6 Z Y ` C 0 � F d a r y — 1. a W W W 8a g= n= 0= b == a r ; Z LU W Z W z 8�3 7. -Nr -T e b t 7r s 7t r ; W = Q W U W Z = � it yFIy1 J 2 J = O i = Z W J W Z W $ S , i J W Z = S W W SQZ co C U 3 K w �d' U �W - - -- nY 3 Dm W f -- - so L W 7. -Nr -T e b t 7r s 7t r ; i u~i —' - W= W p 0 0 p� J h F � b 0 a � �2 I f` VM'M )re MI wA9 WVI*Q w z z Q m W t W J z p 2 ¢ ] �(_ W _ 7 2 Z W S o z Z- f v �t r O LL U i u~i —' - W= W p 0 0 p� J h F � b 0 a � �2 I f` VM'M )re MI wA9 WVI*Q sixv.v.3sem3 � Y . �, � T. SIXV .8.3SdM3 w ba .wmewwi. s pIr .0-2 z4 rg p� Y _W % O A �,• b d °ter �• � '" V W QQQ o IL IL W 5! �gig a o �J yF 4 8 S � o .2 .0 zi zi CL w B•z A�i E o9 � _$ o � 998 0 2£ _._._. ___..._._. SIXV.V. 3Sdm3 B a SIXV .8. 3SdM3 _ .A - z .Y -z uj N T C QQ O b n w W Z� N 6 1 N LLI Uo o 3' tl 1_ 88fV .V. 384173 Ic i t zW %1 91YV�.B. �dlll3 7w g I A•y _... .Y -z K b W a. aN a °- �� m� B B•d �W a �� W 0 .Y -z A -A A•8 1 4$ a t VXf71S Ad" A8 P vbu I vi k-0 - LL U. iol .V_�m Opt a 18 E I i6 0 cog MyL U9, 09 hi 4 LL - A -AL SIXV.V. 3Sdr77!!l ap O_Z lw t-S 0_0 VWM)lWn Ag WVda APPENDIX B FEDERAL WAY STANDARD DRAWINGS City of Federal Way RFB # 15 -004 S 30411 St at 28t1 Ave S 2015 RFB ver. 1 -15 < 0 � N W m F LL I I I p o Z wzv) °,t oz \ w X a� < / v O 2 O° a d N p W N Np OUNo pwmz Z WW i j \ w OW U-MOUi \ p 30 w x LLI m ") fY CD o 00 > m a Y w m ?-j -- O Z m z p rw U O OV) M .�•• _J U Zpw . . ................... 5-Q �U O o<O 2 ZN H• N Qmz •' o W au) Z • • 00 w Z d Q xpW • a . zZ px o x I w0(n •F• <aw Z w a �� \\ •N wvwi �® a w WJaLLJ z x < 'a, I ao >v' p orz V) -- I ~Q J w� U J ? Oa O p N m O a > tijw YZm I kVM3Al8G _ 1 � K a w e I 80 a z� ,00 IdWdN e8no o°p poo Z in « a m z< w wm n x O Fr U U vi p N a W_ N 0 w r < w J p z p Z a Z O Z m O O Z m LLJ 0 Z< w 3 p ,L+Jp -I x O O j 0 W N W a J~ O m m p,.. \ O (n UZJ <2 JW m O J O 33 m pWZ W OF< 2¢ U w <-�,II O ° Y Om O °p Z palm Ow U W W LI m M� \\ FZ �2F- mWwW �=p W� om Lwl Zp �o0 �UCn= v3Q OZ �w Q \ O'U'ri CL Z E a? W W K m- a w Z o m p m < 0 � Y oZ� Ld OF- N N W w W I J K Q V) (n > < 0 zmz < J M w< mJ �" M m Z < W w WH< Wdpx <UO U~ WH OU F wUV ° W D ° m< 11 N o m Z Z O w J p Zpw Z_2(n0 Y<m I ~ Zpl < < P: F- -<J <m° WO F- (n m Z L, vi ZZw wp C) (.gym zw -<J U 00 Z U W Z O N w 0 Z Q U W w f W zgQ IgFQ ?Ix --- N �g ao ° Oa U p m p F N z z Z Q O a _ V) w F w W H Z_ N U 00 W J z Q NQq m ZmJ Zm0< O�� 0E- Zm7<7 Ov O O a OJ~ O J- �Zp NNO O JCil It U Z= Z=QZ ZOOM mW� Z2� prn 2 O <N d N Z d 0 N O (n w- m H Z a N p H > J 2 xJ< xJY� ZxY O xJz Z J < VJ < W <J < ~J JZ_N W <W <� z y�jZ w Zwv zwCJOri� Xcx),<�ja °OWa Zwa xa ° og < f v < r a 4I ' p a < r� "' � (n a z pfd Nm0 ZD r-im0N 4mw 6 m<<0 6 O I-� O z � M D r Z= O (n LL L L VJ Q W J � Q O W Q 0 U Y J X M 0 a3 O LL LL Z m U) O WO w O Om 0 z (L ae C4 0 1 'C' Ro LLI V) m 0 W' .9L :D m C) rn fy_ y a of Ch Of tz z 3- m 0 i., L-L • Q z LLI q* Of MM 0 Ro C) Of w Li MO C) O a w Z w • (-) 0 a_ a. 0- < z LLJ z 9 W F— ol uj L 0 v) z J W W V:" 0 C) 6 W 3: C) Z/, W z zi XVM 43 JO 3043 D O wz, 9 z 0 m Of D W u W 0 93 CY o F— 21 u so 0 Z m 0 L) C-4 ri O z cn 9 W cc ': ot CL O z ao o� z � M � Z W 2 W V � J � a U W W W:) D x CD W cc Q � � � � V 02 } k � . � � pi E�i� z ( § `� z / m� _ ' )z \ \ / 0 �E }~ `� L _ / § \ \4 / . \ / u- / \ K .| } j ƒ} 2 / j ` / \ § \ C) \\ z\ / \ ƒ i L � j =/ } o a \ } i k \ �4 ©i \ \ 2z ©o 0\ \_\ \&� 2 t 3 % «§ } Ems{ / ® * / � ce t5 E 2 s j E �\ m\ \ I\ § }e �k *2) / / (ma- z ao o� z � M � Z W 2 W V � J � a U W W W:) D x CD W cc Q � � � � V 02 } k � . � � pi E�i� � ( § `� 0 , / m� ƒ z ' )z \ \ / �E }~ `� L _ / § \4 / . ' ƒ u- / \ L } j ƒ} ; § \ C) \\ z\ / \ ƒ i � j =/ o e z ao o� z � M � Z W 2 W V � J � a U W W W:) D x CD W cc Q � � � � V 02 } k � . � � pi E�i� � d dz to � ' � M 0 � Q W D Z 0_ �� V W CO W � � � z Z Q � D V J � Q � W �D U) W I C) V) 22 � � A A � ■� §� � � § \ (§ k 7 m \7 j 2 m § ¢ 2 \ 7 7 [/ E — ) k « 2 ) 5 m f E ( \ \ m ) / } a z �( •/' \§ �k �\ \ k w &E / $ of 2 �' °k u }= e i Z > e§ .�, '... 3 3m )- § \{ ° 2 $� «E [ §§ j to k 9 [ & » ,E �� ° % �\ of 2} [ 6 §§ f § u } \/ V) o } ° �\ ( i 2 §/ j S \ § �. § §§ [I \ /( _ / 7§ (\ § °- L F b$ / )/ w \\ > \ § zw \§ o§ u2 $ , ( z w w« ¥ a = / ƒ � z §k / ® 2 \� § / f $ � (( Of ~ a _ { \ ! � � • § ® ) / .. \ 0 < bt BB ` A LD . \ � LLJ ( § k � 0 / ! $ / E j � � d dz to � ' � M 0 � Q W D Z 0_ �� V W CO W � � � z Z Q � D V J � Q � W �D U) W I C) V) 22 � � A A � ■� §� � � p w W 3 o W moo ° W� Al d> V U 0 W aW- Z o �� o a &O }� WNW CL w �� zz O o 0 m x Q� N fn r m W O u� Q Q �F4 Q UW 0 p ~�`ao > OW N~ W� N 1a1-- N 3 a Z wo g � W a Z m m Q Q W Zo } Z 11 ¢>> OO O=M 3o z t=n0 3 0 0 3 > wNNLU °W Lyl 3 wb� r2al ? °w NW= a o D W m °LLLI >- Q O C=J� j w pW 3 ♦ ♦♦ o a H �Q �ZQ� OW ° p� Z Z 4 N U F J p O .• ♦ ♦, rn 0 W N r p> Y N Q d 3 2 N w z O O Q Z- W W LL O U Q o • ♦•• z m w N 0 }}Q 0 w m QW� p Q O zW ♦ • • g U N }� �F--JN JZ m Q� Z Q WFj 3 /• ♦• ♦•• a N �0� �N�Q NO U >N O J Ckf e ♦ ♦ ovwi �o Qv�3 rim Z oCsi O o = • p -p J N N p N�Zp ZW Q Z z° O� ♦ ♦ ♦ �� W W W =p aJ� �° M E� d N d Z O • Z o Z Z �ap W .- Cr Ckf W M Q N ou z y •'+ �G W (p) NO J oE3 LL, W d `' z Z Z k • O� WZ QZW Q (np M 00 H O W LLI m� +♦ _�. K ALL, WWMO MO U UU w U OW ZW b ♦• Z O >p W9OJ !Y� N ZZ 0 N uj J O >N �NOH F z W W J OO g �Z mZJZ V) W 22 J W Zd H O O O O J O = W W W 7 W W W U Z Q U U C) Q H N 0 0 W N J W / N U fa W O N M 4 In 6 n 00 Z / n / W � ♦ � W Z W J U } 3 a / 0 O • ♦ 209 / I 2� U • • • O / �\ O ♦ y/ O s ♦ ♦ Z a0 ♦ ♦ ♦ / i 2 �al • ♦ ♦ / O -Z w_ W / Z ° / 00 / m U / in in Q / N U O / Wg�7- ww oww 22 C) ono mU :-Z, N x';j �KU UUF UR'LN WOO �00 N:y� 0OO UU J ebb °O .�4': UYY N< W Al O M S22 •� K K U , I I Of Z � N n •! N � W w F a m "'z Lwi w 0 z C7 ' o M Q W 6i W CL O W co W W N U Y J d' M O a3 L '1 (Typ•) (TYp•) 3" Shiner (Typ•) I Western Groove (T y p ) Saw cut 'Match Line' 12:1 N 12:1 (TYp•) Sidewalk 00000000000000000 Sidewalk 0000000000000000000 2' 0000000OOOOQ000OO Rolled Curb /Gutter Rolled Curb /Gutter Dummy Joint I Distance will vary Center of Dummy Joint (Typ-) Wheel Chair Ramp DETECTABLE WARNING as Marked in Field. PATTERN (SEE DETAIL) Restore Asphalt pathway to original location level with back of concrete ramp (Max 8% slope) --- REV. MAR 2011 DETECTABLE WARNING PATTERN (SEE DETAIL) � o aryam �M� WORKS CURB RAMP WITH SIDEWALK DWG. NO. (NO PLANTER STRIP) 0 z 3M 0 O r ''WA V+ Y J V/ U Y J m0 a3 L N Q) .LUM W �i "' N .0 Z Z U C J m� O O Z W � c Z U 00 O n O LLI p J N Z i Z Z Q' O C` vo Q Q 3 Q (n N ¢ W CL W ; 2 H W CL N W R 00 Z , D Q CL p W \O �. N � Q M W J p ' d zF Q LLI f/l L X N W p W d• O Z o W a' r W N U Z J V < O Q o d o = W ~ p O W 2 z Q = pU Z Q p Z �- I Y J D Q C N D W W p C7 00 x ? o N W N z J Q U Q W O p Y < La N y Li p O� 0 (n 3 j o N W o v = u) LLI 0 O, o e cc U W N M L) e N U ad p �- < (N Z g z F QZ U J � Q W NY 3N J Q Q M LaJ Z = J Y W N iW -- Z0 Q WZ =o O OU W U -� W �V) p Za U �p o W N Wp Z Lai L, 3a F- O . Z N M O N Q W 0 z 3M 0 O r ''WA V+ Y J V/ U Y J m0 a3 L N Q) .LUM J Q W Q J W C] W Z W O ~ W Z CD Z_ 0 Z_ W C/') J Q > J WO W J m U ly- m U W U)Ld W Z Q -1~ O �p � U� �0� Lj U� � W Q ~♦-~ z JCO �� W W J W m U W' C) = � ��U)Z Z Og ~O OL Z_m Lli ~ % N ��W W �Q W C.) o �F- U C]J m WF-- W W O W F_W a- 0 �Z LLJ D- N Q= Wmm (W �z �� �� J Z W m Lij C) j� DQ _ o� O �� of CL OWJJ -J Q= W O U JZ wW m� U) z U) O O �- CL C�� Z =�U) z D Z� LLJ W J O m m W C) LLJ Q Z� W Q �_ Z0 =W Q �_ J � W W o ��Z U- =O ~ m� J~ U) -J Q U = W O Q U d U J � 0>- O W N W W cJ W Z W ♦- U)C)Z W Q J Q Z U) J J U W _ Qa_ ~ = U O U J Y� Q W� F- vi U U W z =W U) W U)O U W� W� D W� W 0Q- W �- W - F_ W W Z O Z a- Q F- CJ��� D W (n� a- �mZ }� U F-W Z (ii LL, F- - - - m W - �LiJ� Q Of ~ �_ F- U LLJ Z F- C-) �U dm NQ LLI WOm Z Q WD W U)W WO O Of J ZU)WO U) - � WC�C7 U_ W LiJC] U wC)O Z O D W OJ0- J JU) Qa- JW QU }�J ~m �EL E W W �U) Z 3: U) Z LLJ J m Z QQ W W� W z F- W' Of W U )U U W e U ��]�Q Nm r�� Q� �Q F- - LnU)(n m U) � Q r( L, Q OOU)W J O z ti Q M W Y CQ L Z 2 Q a W U) i� It U C) =y d I .. W Z W Z LLJ �__ W W W 0W O F- � W 0 ~J � W z JCO O LZ = O Ed = � -J W - % J ~O �U) �U) ` OW 0o wz W - j� Z J W JV) >- W e J W J U � U W m Z U) J Z C) W Ln LLJ Z W � Q Of ~ J Ld C] � W J a_ WO `i U Of W f- W J ^ J W � Z Z LLJ Z O O a- r J W W U N W Z Z W Z Z J Ld No m L O C� Z � z N - W 0 W W U) W W U W W J W O C) F e W LLJ O N Y U) O C] = W 0 O z ti Q M W Y CQ L Z 2 Q a W U) i� It U C) =y d I 0 z co M 0 w W Y Q H Z W 2 W Q a 0 w U (n J Y 4] � Q-3. L 'I m � d N a C C c-0 0 Oc p f E Ln O N C N N OaC E C in .� p O o N 0- T Z N O U N O N EU °� p U O ne N p t U O. 3n� U LJ 6 C O Q O a N N Z C E O ® N m N 2 m N J � J N i Q C N E ® ® LU c W �cao E o• o U O N T H v Z F Z � c p N 0.- E Z) 3: a) 0 O N c o O U N 0 �U 0 0 CL C; H LU � ro m c 0 N U O N CL a o CL De a b �N auol o C yp0ojddy 0 U � U E snuiw �l YY .4 � d N a C C c-0 0 Oc p f E Ln O N C N N OaC E C in .� p O o N 0- T Z N O U N O N EU °� p U O ne N p t U O. 3n� U LJ 6 Z Q O J N N Z } ') N 2 LL LU J O C p U i Q C_(=D �' 3 E 3 E c c O �cao E o• o U O N T H °- ''CO3-.no Z F Z � c p N 0.- E Z) 3: a) LLB O N c o O U c N O C O � r N N w N 0) c p c p C o o N pc O N— ,^ U C } •L � pd� }_ `p t U } O 3 + t L + 15 ' C 0 O.-O O O p 0 -r Cl a) dQOP O O. N•- C•- C p3 ao3 03 0� u u u u u ofz O Z CY) r 3M Y CQ `L r W `2 LU IL Q 0 V+ U N J Y m� O a3 o , 4 YCa ° v Q _® auol ajn}j0dad N Q _O N � N � F sl i LL 9 CC) J H LU m c 0 U O 0_ CL De b ofz O Z CY) r 3M Y CQ `L r W `2 LU IL Q 0 V+ U N J Y m� O a3 o , 4 YCa ° v Q � a m ii i V n pr^U NN EcO> ° 00 -o E E 0 p a O 3 �m NrO cr E 3 N w �rn o UE O UO O O a 0 oc Z O 'O m w m o m S o o a .p aarN 2 u II oa p I I 1 I I 'o O ID m I I Z C� ri a vi I I U► I I 2 A I 1 aNi aa)i p a c U 'p I I p ul ~ O 2 I 1 p H 0 o I I 0 3 3 z° I I z I I g m o I I z N°` a>° x I I D o a v a I I m Lu y ° S I I 0 >� do L h° I I Z 3 o O w ° y I I Z m ° a as -2 I I y 3 Q p T a C). p I I N J N 0 � u � p I i I o L 4-7 1 1 0 W L j0 a , O c m O o o O O Q I I o Q c?_? y U+ E °x Uw O� t m ° QQ t + z `aof o no 33 w +I 04 0 o0 N° g I I ~°a'3 o3 o o ° m N ° LL N li,l W J p I I 3I h I I n Z w I I cM g uZ I I ~ r o m LL �ao E I I N Q oz° O 3 >° °9 L o C7 of 1 = aTi a°i I I V 00 c j_ li th N O O° Imo. -Z JQOp H 3 I N N Q Q m 0 WNN € Q L L L L L m aaaaaaa �3 ~ pa E E E E E E E t to0Ln�M MN p yyyy co U N N C6 a0 °`Z W �- vii 9ic+�c+�N th OZ Q� a... Q ca N N as QU.QQQ cO 0m a T� o EEEEEEE �.otj H ~ p ~ aOH ho- �no�n Z hh cif l'7 C7N c N o a� O N Z o N 3 ch Z F- Z Y CQ L Z CL 3 L v U Y J � m0 CL E M n nc � N N�o°���S�i w O O Lu G n nOhMNN� J Z � OO Q�� L ��aaaaaaa L L L L L L L n h EEEEEEE a n h�°nv�r�ni�iN N 3 ch Z F- Z Y CQ L Z CL 3 L v U Y J � m0 CL d Z e- N 3 M 0 co 0 _Z CQ L Z w w 0. Q O LU Z LUJ J 'V V/ 2 U Y J M a 0 3 � o a a 0 O 2 a m a� E C 0 .L r Q) �-0 C- L W U U 0 N I � 1 N C: _ J Z g p a. C: °° Z o cn o 00 - J�. a o ° -^ W a CO ^ I° N N p o Ln t:. W o O 't N � CL 0 N 3 � � Z Z J W N g I In I o p I L 'O I r J Q Q U) O Z O z z N Q L Z F a 0) CL N 0 Uo F- Ury O It O o zQ Q o N N J Z U D 3 3 a N ►n W W F- N W W N ac� J N Q 0 Z N J J 3 N O m N W N O W N VN N N I N W J 3 J N J N W m N O W J 0 � N iL Z I _W r r ~ Y J W O Z m 3 M C 0 O O 0 N Q w CL w N < z w U w V J W Q 2 Z W LL W N S Y m a d Z e- N 3 M 0 co 0 _Z CQ L Z w w 0. Q O LU Z LUJ J 'V V/ 2 U Y J M a 0 3 � o a 'NIN .0—,* .01—. oi .9—.z z CL vi V) a- < V) Ld Z L-, 0 Li W F- C) z z LLI 0 0 V) C) C) .0 q► iz, 2E 9 Zl Zl ZL .9 0 1 ]-F Q Z Lf) N F- LU Z cn CL LU F- U) LU I-- LU Z 0 L) L) V) J Y M W :) 0 CL 3 lti �Q z w N2 V) LJ ww W ci w w w 0 vi o O o O > wo :D L� z n z < v) a- w w M z d 0 w v) v) z u) W LLj w Er -j :j v) m < F- Z < c) < 0 o w w 0 w w w W z w w w Mo w 0 L) L<I L) 0 m o w z IZ-) VT w, w < z z) ::) 0 (n C) 0 U w M xw m, < 0 z:, w 0 w F- "o w Fn LO uj SO 3:3� w- :� 0 0 LLj a_ x C, of < -0 _j -w 2� w< w < 2 Ln Pw mz� v) F,- (-) V) .., (z, -w ( ) z z . . LLj v) U cL z , w, < w <1 z w 0 0 C) z w w � F- 00 M 0, W > < m: L4 z "t v) u t� w w w z < LI< LL, z 0 -j t w L, � (-D w F= w-o — _j w L, 0 0 x P c; w ww, , wo L, 2 < 0 — w 0 �1: a- W u) W �i 4 (6 * � N 0 Z z 'NIN .0—,* .01—. oi .9—.z z CL vi V) a- < V) Ld Z L-, 0 Li W F- C) z z LLI 0 0 V) C) C) .0 q► iz, 2E 9 Zl Zl ZL .9 0 1 ]-F Q Z Lf) N F- LU Z cn CL LU F- U) LU I-- LU Z 0 L) L) V) J Y M W :) 0 CL 3 lti SEAL JOINT PAVEMENT 3" HMA CL }" EXISTING ACP LIMITS, 1' BACK FROM PG 64 -22 (COMPACTED DEPTH) EDGE OF TRENCH OR MATCH EXISTING (3' MIN. WIDTH) WHICHEVER IS GREATER NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR .25' MIN. NATIVE SUBBASE - SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR -� .25' MIN. NATIVE SUBBASE - ACP TRENCH RESTORATION PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH EXISTING BASE 5/8" MINUS BACKFILL FOR TRENCH 1.2 MATCH EXISTING DEPTH PCCP PAVEMENT IS TO BE CONSTRUCTED PER WSDOT STANDARD 5 -05 15' MIN -- EXISTING BASE oMoffl 0.5' BAR LENGTH PCCP TRENCHk\'� 5/8" MINUS RESTORATION FOR TRENCH 1.2 MATCH EXISTING ACP PAVEMENT RESTORATION COMPACTED DEPTH LIMITS, 1' BACK FROM WITH HMA )i ", PG 64, -22 EDGE OF TRENCH EXCEPT MATCH EXISTING DEPTH IF WITH 3' OF JOINT THEN PCCP PAVEMENT IS TO REPLACE TO JOINT BE CONSTRUCTED PER 3' MIN. WIDTH WSDOT STANDARD 5 -05 15' MIN. a � o• d c : 4 d . EXISTING BASE 1 1 0.5' BAR LENGTH 5/8" MINUS BACKFILL ACP OVER PCCP FOR TRENCH1•2 TRENCH RESTORATION NOTES: 1) FOR TRENCHES LESS THAN 18" WIDE, USE 100% CDF FOR TRENCH BACKFILL. 2) FOR TRENCHES GREATER THAN 18" WIDE, ALL BACKFILL IN RIGHT -OF -WAY SHALL BE MIN. %" CSTC. JULY 2014 " o OMB My WORKS TRENCH RESTORATION D3 28 Q ,s Z z • U- 0 Ctf O w d z w w d w Z O U m 0O �ZD Q O �(n wo3 z a (n o 1U J N UL=i N(n U7 QF U } wo ��z =mmm mm m La m� zaw mac, 'ri _� 6owQ z po 0 NUWO H In w N Z o aw x �w rZaa L o w z xn- z < oN�~ MQ U cr N W us a� 0!K aavaoF a� o w o UQ C) C) Q d0 U N U N N M In (O Il o Z Q a �L J8� 0 Z i r i 0 a� Lj-w Z Z Uz Z Z W � 0 : Q 8 U z Z w a- a j w i>, w z p N J W Y W O cwi3x o U 00 H Q W J Q 3m Ma li a a I cn Ow�M¢ =F3Qo W p N 0 p J } z 4 :12 W Q UO OX "~~ p p W N aWmIw W 0 W < O -j Wa- T - z H 2 ZZ (n � O ajmM�� LL, x N Z Q Z z Z o30o CY w7 mi L O 3 V a 0 W Q U Z V C7 w H Q J N W H LU `ce` O Vl r LL C f LLV 41 E C1 � N � •fp C O L to E L Ln r �o c U c 7 � J � a C c O C o � a U CL U) rO _O C 'D c O Ln ro Q N Ql _a L 41 ui V) � O Lin cn U U U U . U Z L— c - O Y Ln O CD D \ ci L + a N o O U OL U O U L O ro ^ O Q Q_1 �C� M 'Z s 9 (A V) LO o C C •� b M En M In M O O fn 3 0 _ E v o a c rc ro in L --r- a J E� O�(n c -0 � -0 0 �o Z' p 7 -p L6 � O () C o ° -c —E O o Ec � ��-' N U) r6 Ln E 1-4 -4 1-1 1-1 r, tp Er r i M M M iD `O L (p f6 d C � �2 0 LU J V d O 0)4-1 N 7 c N O .� 0 (t3 Q) 0).4.1 Ln C LO (O � E O OC .21 In L a""i C Lo O1 'M m O O O -,D D I11 L d . u % J ai U n J 0 J Q tN a O O Z 1-1 N M -i Ll1 .6 iF iE LL 47 CL o+ R E V m J 3 _ 1p 3 vi vi vi M vi m 0 0 O L .o .0 V O L O i w O U 'Yl a _ O ra ro ro i C 76 Q Q Q O_ J V � N �p O L to L Ln r ro c U c 7 a C c O o � a U CL U) rO O 'D c O Ln ro Q N Ql _a L 41 ui V) � O Lin (O ru M O 'J Ln L > c - O Y Ln O CD Q) c if \ ci L + a N o O U OL U O U L O ro ^ O Q Q_1 9 (A V) a� o 1 (., °w ru ro oo76N ii_-�O E v o a c rc ro in L --r- a E� O�(n c -0 � -0 0 M p 7 -p L6 � O () C o ° -c —E O o U � ��-' N U) r6 Ln E Q "O 7 Q nip,O O_�O c uU Ln N 0 O O T L' O ) @ -0 O � a > Ln — a- > L (p f6 d C � �2 0 LU J � -0 O +O+ N U-0 (U O 0)4-1 N 7 c N O .� 0 (t3 Q) 0).4.1 Ln Z c LO (O � E O OC .21 In L a""i C Lo d-J En fo 4- '- N � C � _T M N N � .0 . N U % J ai U n J 0 J Q tN O Z 1-1 N M -i Ll1 .6 iF iE O 0 Cl) r O N Om Zw N N N I N I r� Co Q, I t rn c 3 0 a a� a� c� w z z D a rn c c 0 E c 0 L a� 0 I c� z w J LL_ a 4Y2" O.D. ALUM. TUBE .188" WALL ALLOY 6063 —T6 SATIN GROUND FINISH MI -:-o/ 4Y2" 0. D. 2" N.P.S. SLIPFITTER HAPCO 41 SERIES AND VALMONT RTA POLES MEET THIS STANDARD. 2', i `90. _ T 2)— 1/2" 13 N.C. >TAINLESS STEEL -HRU— BOLTS, NUTS, AND NYLON WASHERS. 063 —T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 02', 0.219" WALL THICKNESS SATIN BRUSHED FINISH NOTES : 1. POLE ASSEMBLIES DESIGNED TO SUPPORT MAX. LUMINAIRE SIZE OF 1.5 SQ. FT. E.P.A. AND 60 LBS. IN A 90 MPH ISOTACH / 120 MPH GUST VELOCITY WIND. 2. 4043 FILLER WIRE USED FOR WELDING. 3. ONLY THE BASE FLANGE WELDS ARE HEAT — TREATED. 4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12" BOLT CIRCLE. 5. (4) 1'— 8 NC STEEL ANCHOR BOLTS ASTM 2" 11Y2 DIA. A 576, AISI GRADE 1021 -1046, 50,000 BOLT CIRCLE PSI = MIN. YIELD MEAN DIA. OF ROD f; STOCK 0.908 f .01 1 ", OUT OF ROUND t TOLERANCE : f 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10" GALVANIZED PER ASTM A153, COMPLETE 8 — #7 REBAR AND WITH (8) 1 " 8NC GALVANIZED STEEL HEX #4 HOOP REBAR NUTS & (8) 1 " GALVANIZED STEEL FLAT 1' -0" CENTERS WASHERS. 1 Y2„ 6. CITY MAY ACCEPT OTHER BEND RADII AND DAVIT ARM MOUNTING ANGLES. " " HANDHOLE (4 X 6 NOMINAL) io _ NON —FLUSH TYPE, COMPLETE N r WITH REINFORCING FRAME ALLOY +Or 356 —T6, COVER AND S.S. HEX HD. SCREWS TI —I<- -1 1 Ya" Y2" — 13 NC S.S. BOLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE i 2" SCH. 40 L PVC CONDUIT 4 "= 5Ya" � I I� I i i _1 CLASS 5 (1Y2) PORTLAND CEMENT ---- CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. Rev. NOV 2014 arvw PUBLIC LUMINAIRE POLE DWG. NO. ° O @Mp � WORKS 3 -39 0 a� z� I2m xx wQ am MW En � U a0 �Q T LUMINAIRE BASE LOCATION DETAIL FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP 8' SIDEWALK —+-6' PLANTER- SIDEWALK +PLANTER UNLESS SPECIFIED, BASE FOUNDATION CAN BE EITHER 3' DIAMETER OR 3' SQUARE. PLAN (CONC. PAD NOT SHOWN FOR CLARITY) PLAN TOP OF PAD TO BE NTH SECTION 20UT UI BASE SECTION LUMINAIRE BASE AND J —BOX CONCRETE PAD ENCASEMENT DETAIL FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) (STREET LIGHT BEHIND SIDEWALK) 4 FULL DEPTH 12" MIN 12 -MIN. EXPANSION JOINT STREET LIGHT POLE BASE CONCRETE PAD CONCRETE PAD FULL DEPTH Q' FINISH PER LIGHT POLE BASE � FINISH PE EXPANSION JOINT DETAIL 3 -3 (ij DETAIL 3 -3 F— � `' :12:-:)0 IN. z 12 MIN. r` " MIN. \Q Q _ > >\� Q acG\OC� J CD MIN 6" . —BOX m m U Q\. a APRIL 2013 °Ivor PUBLIC STREET LIGHT POLE BASE PLACEMENT DWG. NO. WORKS AND CONCRETE PAD AROUND 3 -39A J -BOXES AND POLE BASES FEB 2011 °1° Or PUBLIC DWG. NO. a o 0 oway WORKS LUMINAIRE POLE NUMBERING 3 -39B XXXX = SERVICE CABINET LOCATION X NUMBER BASED UPON A CITY DEFINED COORDINATE SYSTEM X X YY = THE SERVICE NUMBER, WITH MOST LOCATIONS ONLY HAVING ONE x SERVICE CABINET, THUS NUMBER 1 ' AAZZ = CIRCUIT DESIGNATION NUMBER: y EXAMPLE IS STREET LIGHT CIRCUIT 10 = SL10 Y BB = POLE NUMBER WITHIN CIRCUIT A LEADING ZEROS SHALL BE OMITTED A Z ALL NUMBERS /LETTERS SHALL BE TWO (2) INCHES HIGH WITH TWO (2) INCH Z VERTICAL SPACING ' ALL NUMBERS /LETTERS SHALL BE B PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE B BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT -E -489. ZTT�.6" FEB 2011 °1° Or PUBLIC DWG. NO. a o 0 oway WORKS LUMINAIRE POLE NUMBERING 3 -39B 0 /z CD V � M 0 J NZ _Z G J O U. D U Y J OD 0 D 1�;1 s N IL IL Q Q L p n a- ILLJ \� > W 12 O p W ZC), = j O C/) LL- m O � I r �IIm Q Q Q j W W 0 c \wp � WI-�cON Un - LL- OWS Q I \I � OZ !Y 0 � W U I S 0 0 S U Z Of W o w 3J�VNiwm I UU U:D O U " w Ol I N a- o 0 U O U W n I I \ j �C C) J W J Q \ U (r 0� U \\ I z C� I \\ � CD O D � W O of W O p r7 Q I w O D w I UWS J O \ I It Q C50 W O Q U W Q W I :a, S a Q U p d \\ j 00W z �6 (n Un pJ W W� W' I W p -1 \I p W W Z Q \� U W J Q Q 3j z Q�UL� Z C' Z Z U p l S (n Q l- U :�q U O _ U Z I (Y Z J p Z O = 0 Z Z O U� = z I WOZJ QO ILIJ a- Q U W > N �Q U UOOUn >- O p O ~p ~U U Ll ~ o 0LLJ 0(n zz o W �m Of z Z O c� n > p op a OO Un � U W p zZ z M OO QU< j Q� 3: W UW �UI Un 0Q 0 p WD�a m J = Z J Q 0 Ln m op -t JO O m J Q Q Ln J I W W�f— W =p Z _ Un ~ o Cie _j W O cn of U Q3: m m O Z NO F- 3: S Q 00 Q W = mD S :�E W m Z cn p z bi X I W 0 n W Z O � Q< � � O N O W = 00 W ch Wmnp 072M=UUn > 0 p ?Z mW =) OQ nW Y W 1-O J J� a- H W 0 O JJ�0 �QmXW O�J W�Op U� <�Q��m �� J Z W J0 Qw W U JZSOSW Up U)0mm �� O ~O W (n W m �� 0 0< =��mQZ�� W m O om mU� He XpNW(nQ (- OUa- � (n U ZQ O <0 U mUm0YO Wz �W m� JU 0O m a_- p� U Q m OzJ Z O W� Z W a- 0 XO W w Q Z� Op —WW000 F- W m U 0 �O Z�a'��(nN> J m p W O W W (nom W WQ W D0JZ(Yr�p m 0- N Z II Z 0 /z CD V � M 0 J NZ _Z G J O U. D U Y J OD 0 D 1�;1 O Z ' r V /IT 2 • 7 V) c Q W LU V I.f LU W O Q CZ G J Q Y J IX m0 a3 ti v N s N Q Q Q W U') af 0 LLJ <�m 0 U _ C7 U �' N J �_ O IZ D �� �0 1- W J �- > �C) IL Of <-m m01- Z >Z�r. N Of W z �. LL- J DWD U u O w Z r''� z O LU Ln z�}Z N U WO - W �.C) J =U UD U W �r7� U Nd mmW W 0 QZ H O W 2 W Q 00 = 0 OU = O N 0 U0� F-O D C/) U �W J J Q L� W O U 0 I WWO (n (n U F N ZOW 0 0 W w F- Q H U mQ I > O D 0 (n D W I =N Z CD CD 0 ~ J a 0 C) f� Q m C) N; Z O •i:. on ll. .� �� 0 Z N 0 no f Q z W O 00 ~ > _ N ~Q ,::• Of H of U y a OQ Q Zoe z �� I �_ CD tD X W U� O af U�za >0° I U 00 Zm z N > U d m LLJ< z z :2 n 0W UO �a OQ U W �Z Z J �l N W z�ow z Q =v~i o Q oz =� U_W W VH I I J0V)Z0 JZ?� O V) NO I I �O W �0w(/) CD N00 Ir W J 00 0� = \v ZCDWU� = Q �W W O �_ J SU V) L� z 0 �O� �. U 0 J m (/7 dW Y Q 00 D /� W z =�DW U> U Lail Jo �OpQ W O -Zm�wZ 0 WO JCK d� = z ?i a W ~ W Y�WZ ~ Z�0E- LiJQ =Q O�C)Z -V) Otl m> C' IZ J _ W 0 (n CD 3: L+ da X � °- pp �J I JZ } W F-0 Il m 0 O ZQ =WUDZOZ mN�NW W Q w U (� J m =�F -(LJ �"�WmcO� 0= N m 0 J Q N U wn� U� p JU 0 XQ m XON�m= m F-- V)WQXZW W O m wm 00 I-0 OZ> Z W O W F w X Z W Q �NI-0=0 0 1, � ZX V) U) W O N U3. W�0OW Y z n i C)f W II z D0�- -< w0 O Z ' r V /IT 2 • 7 V) c Q W LU V I.f LU W O Q CZ G J Q Y J IX m0 a3 ti v N E m 3 U 3 a Q W C� ZW V VI = V Z J = L H c3 i 4) LL 0 w' } W F LLV 4p d � E V N U') p J L + to — U . 0 m � n n X m LL C3 N C C O r6 O L fC J � a ! u r0 a O N +� N J L rn v 3 a U Z: V � U 0 Ln o -a Q CL 6 C O > �ya c� w w uj �> �� a -0 ru D r�o a U c a Cn ru r N O C O 3 O < 7 *' t o oo co co Y Y (1) o Q m -0 w V) N J ,1 a� c °� o oQ —rn N M N U v U Cl aL'-' � M L w C O O Q) U N Q Q, W 10 M M M c L U w — w (Cc W_� v V w j > rli C _O_ Ln i a L Q o -0 U = 0 0 0 u v u in °�� a�� Q O f u. 0 :C: 07 -0 � a ru U O cn —_ U U N i E ����r6�'°� p a� • L > Ln a) (n U OL 'o cn N +' Q-o 00 m Y O O O- J° rp � Z O (u - p >, E � 3 a U-) Y � C r6 O J 3 ra rU (n U 4= C 2 U-) L o a ate-+ U) .L O a-=+ LL Lr) aJ 01 C L U b L i� a) -0 N 01 .g) F °1N � N E E — N C _ rp rp w 4-+ " f0 L N '-' �cQ)E O d 3 U vi v� m 0 _ a) O i w C L r0 z m rru ro L° Q1 of a _ra � C L 21. L U N ro J O N O' p C N Q N O Q U Q 7 U !D O U 'U Q .0 Ln N t ro J 41 Gl _ u N yj CO rUn m M o m Q u ru .-. �.r O L (A m `/ > L L H O f0 O U L Q ) L Q Q U �i N U') p J � r CD N + to — U 0 m Ul) 0 LVI rB Z 01 N C C E LL C3 N C C O r6 O L > a ! u r0 a O N +� N J L rn v 3 a > O 4- m ro 0 Ln o -a Q CL 6 C O > N N ro L O uj �> �� a -0 ru r�o a U c a Cn ru r N O C O 3 O < 7 a N LA z lu -C > rp U 2 Y Y (1) o Q m -0 w V) N ,1 a� c °� o oQ —rn N M N U v U Cl aL'-' � M L w C O O Q) U N Q L Ln � Q c 3 L7 o U-0 c L U w — w (Cc v ra .� c j > rli C _O_ Ln i a L Q o -0 U o -0 a a� -- p — '- ra C > O c U L = rp O a ro in °�� a�� _0 0 :C: 07 -0 � a ru U O cn —_ U U N i E ����r6�'°� p • L > Ln a) (n U OL 'o cn N +' Q-o 00 m Y O O O- J° rp � Z O (u - p >, Qi Q L c —_ O -0 r0 r0 3 a U-) Y � C r6 O ra rU (n U 4= C 2 U-) L o a ate-+ U) .L O a-=+ LL Lr) aJ 01 C L U b L i� a) -0 N 01 .g) F °1N � N E — N C _ rp rp w 4-+ " f0 L N '-' �cQ)E O c� -o� E °� �'� E-0 � 0)b C }, J C "d O C VI a) C _ a) O i w C L r0 z m rru ro L° Q1 of _ra � C L 21. L U N ro J O N O' p t+ U i.'U) -t— E N N Q N O Q U Q 7 U !D U 'U Q .0 Ln N t ro J yj CO rUn m M o m Q G7 �.r O z N M -,i in io POSTED SPEED (MPH) S1(FT) S2(FT) 25 -- 105 30 -- 140 35 -- 185 40 115 230 45 155 285 50 195 340 * ADVANCE LOOPS ARE NOT REQUIRED FOR TURNING LANES & MINOR THROUGH LANES 3A Z 3B Q J O SERIES CONNECTED LOOP 1 -2 COUNT DETECTOR LOOP 3 (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3'X 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS NORTHBOUND THRU DIRECTION O OJ a 4. ALL LOOPS SHALL BE CIRCULAR w O ~_ O Q J w w U 2i z w Q w z Q O O N +'o O -STOP LINE REV MAR 2011 � SIGNAL LOOP SCHEMATIC DWG. NO. FWSM Wfty WORKS 1 3-44 B a g E E� g m 16' UL LISPED PER STANDARD #503 SUM= f06 = AS AYHE MMMAM 6Q01P M MEM EUSERC/PSE SPEC. TOP OF CABINET 80" MAX F 20" -'- -rr--7 7 - -' L I 6" ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. -SEE NOTE 5 ANCHOR BOLTS k DATA FOR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER --SHIM TO PLUMB #4 HOOPS COMPONENT SCHEDULE OMEfERBASE: 100 AMP, 4 JAW, AW #114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY) 0 PANELBOARD: 120/240 VAC, 100 AMP, 1 PHASE 3 WIRE, COPPER BUS WESTINGHOUSE BAB BOLT -ON BREAKERS: 1- 100 /2 MAIN 3 -15/2 ILLUMINATION BRANCH 1 -50/1 SIGNAL BRANCH 1 -20/1 GROUND FAULT RECEPTACLE BRANCH 1 -15/1 CONTROL CKT BRANCH 0 CONTACTOR: LIGHTING RATED, 2 POLE, 120 VAC COIL. 3- REQUIRED 0 TERMINAL BLOCK TO REMOTE CELL 50 PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC © GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, 1 /8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052 -H32 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (UFT -OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST CX LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE 120/240 VAC 1' 3W METER 4SE l 1U I 1 ELECTRIC MAIN I� ®T� ly • #4 BAR EACH CORNER - - - -i � N -- ° z w N 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS 5 "�16•� 6' ^ - - - -- INSTALL ONE SPARE r - -tr � 2" CONDUIT AND CAP; OTHERS AS REQUIRED. 24" j! I 14 HI IOPS L O AL � 14 BAR EACH LL CORNER 6• __ u u T LOCATE CONDUITS CENTRALLY IN FOUNDATION 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4" X 4" SPACE) TEST • SWITCH — ___Z—SEE DETAIL 3 -41 FOR GROUNDING REQUIREMENTS WIRING DIAGRAM SERVICE CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S SPEC 'S TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2' x 8• x 2 ". 5. PLACE SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. Rev FEB 2015 �F o ��ft WORKS STREET LIGHT SERVICE CABINET X3-45 .E 10.75' -7 p 46' .. F1 I FRONT VIEW RIGHT SIDE UPS /BBS MAIN CABINET DETAIL FRONT VIEW RIGHT SIDE UPS /BBS AUXILIARY CABINET DETAIL tzi § UPS /BBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. BASE DETAIL NTS L-1 9 "r— 18" —I 9 "r- 6" 20" L 6' T_ INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. I HOOPS #4 BAR EACH CORNER CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION 46' CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL, CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE A SIUCONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SIUCONE SEAL BETWEEN THE MAIN CABINET AND THE AUXIUARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. JUNE 2012' CRY or PUBLIC UNINTERRUPTABLE POWER SUPPLY DWG. NO. WORKS BATTERY BACKUP SYSTEM 3-45A (UPS /BBS) CABINETS MAIN AUXILIARY Z a UPS /BBS UPS /BBS g z a CABINET CABINET o a 5z ALL CONDUIT TO CLEAR o g 25 TOWER CENTER BRACE OF CABINET BY 1/2' MIN. SEE NOTE 6 72" SEE NOTE 5 SHIM TO PLUMB II I ; ANCHOR BOLTS & DATA FOR 20" TO 26° SPACING TO BE SUPPUED #4 HOOPS CABINET MANUFACTURER 14 BAR EACH CORNER _ -- _ -- 1" to 2" ii SEE NOTE 2. u 2° DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS /BBS CABINETS. CONDUIT BENDS PER NEC. 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS L-1 9 "r— 18" —I 9 "r- 6" 20" L 6' T_ INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. I HOOPS #4 BAR EACH CORNER CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION 46' CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL, CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE A SIUCONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SIUCONE SEAL BETWEEN THE MAIN CABINET AND THE AUXIUARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. JUNE 2012' CRY or PUBLIC UNINTERRUPTABLE POWER SUPPLY DWG. NO. WORKS BATTERY BACKUP SYSTEM 3-45A (UPS /BBS) CABINETS 55' SIDE VIEW 55' 3/8' DIAMETER PLASTIC DRAIN HOLE NTS OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT L� 6'r— �T 6'I- SIGNAL CABINET FOUNDATION NOTES 6• ALL CONDUIT TO CLEAR 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT 2 CONDUIT AND CAP; OTHERS AS REQUIRED. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR TOWER CENTER BRACE OF SPECS, UNLESS OTHERWISE NOTED ON THE PUNS. Y I o I CABINET BY 1/2' MM. UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD BASE TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE 72• i SEE NOTE 5 TOP AND SIDEWALK ABUT. o SHIM TO PLUMB 3. PAD MOUNT DESIGN IS TYPICAL CONTRACTOR SHALL USE CABINET - -- MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF 6' ;Ili I n ANCHOR BOLTS & DATA FOR CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. SPACING TO BE SUPPLIED CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN 14 HOOPS BY CABINET MANUFACTURER WITH PUN, ELEVATION AND ANY RELEVANT SECTION VIEW. yy - - =4 BAR EACH CORNER 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED �L ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2' x 8' x 2'. - 1' to 2' ii SEE NOTE 2. 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE L i i BOTTOM OF THE CABINET. 3/8' DIAMETER PLASTIC DRAIN HOLE NTS OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT L� 6'r— 26' ---j 6'I- PROVIDE 3 -FOOT MINIMUM CLEARANCE AROUND 6• INSTALL ONE SPARE ALL SIDES OF THE CABINET. 2 CONDUIT AND CAP; OTHERS AS REQUIRED. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR F- - - - - -� -- I o I UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. 44.25' i #4 HOOPS o #4 BAR EACH - -- CORNER 6' LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION JUNE 2012 °"1 or PUBLIC TRAFFIC SIGNAL CABINET DWG. NO. WORKS AND FOUNDATION 3-45B 6" (TYP) 6" (TYP 6" (TYP UPS /BBS CABINET SEE DEVELOPMENT STANDARDS DRAWING 3 -45A TRAFFIC SIGNAL CABINET SEE DEVELOPMENT STANDARDS DRAWING 3 -45B SERVICE CABINET SEE DEVELOPMENT STANDARDS DRAWING 3 -45 CABINET FOUNDATION PLAN NTS CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE PER WSDOT SPEC'S UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT PAD TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT- DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE A SILICONE SEAL BETWEEN THE FOUNDATION AND THE CABINET BASES. OTHER NOTES ORIENT FACE OF CABINET DOORS AS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 -FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINETS (EXCEPT BETWEEN CABINETS, AS SHOWN). JUNE 2012 �°"°° PUBLIC COMBINED SERVICE, SIGNAL DWG. NO. °�� WORKS AND UPS /BBS FOUNDATION 3-45C 8 —Penny Duplex nail. Marking nail same side as cleat 30" I II II I� 28,. I II II I IM II I 11 II I IM II Ih I Cleat 28 "x3 "x2" under sign 4" x 4" Post NOTES: Direction of travel 4" x 4 Finish Grade Two head( Aluminum cleat at directly uncle SIGN POSTS — 1) ALL GROUND MOUNTED SIGN POSTS SHALL USE WESTERN RED CEDAR OR PRESSURE TREATED FIR UNLESS APPROVED OTHERWISE BY PUBLIC WORKS. 2) POST GRADE (FIR) SHALL BE S4S DOUGLAS FIR LUMBER, WEST COAST INSPECTION BUREAU GRADE #2, STRUCTURAL LIGHT FRAMING, RULE #16, PARAGRAPH 124 —C, SELECTED FOR STRAIGHTNESS, AND FREE OF HEART CENTER (FOHC) WOOD TO RESIST TWISTING. 3) PRESSURE TREATED POSTS SHALL BE TREATED WITH A 4 -1/2% TO 5 -1/2% HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. 4) POSTS SHALL BE 4 "x 4 ", WITH A MINIMUM LENGTH OF 12 FEET LONGER POSTS MAY BE NEEDED TO MAINTAIN 8 —FEET OF VERTICAL CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST. 5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE SETTLING. 6) ALL POSTS SHALL BE 2 —WAY PLUMB. TOP OF CLEAT CLEAT POST — (2) 0.156" 0 NAIL HOLES (PUNCHED OR DRILLED) NTS CLEATS — 1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND /OR UNAUTHORIZED POST REMOVAL. 2) CLEATS SHALL BE ALUMINUM ALLOY, 6061 —T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM 8449 -67 CLASS 2. 3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2 —INCH TURNOUT OF 90'. NAIL HOLES OF 0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN. 4) POSITION CLEAT TURN —OUT AWAY —FROM AND EVEN —WITH THE BOTTOM OF THE POST JULY 2014 O1° Or PUBLIC SIGN POST DWG. NO. ° Q C�[�c d WW WORKS 3 -51 d Z LA Lei 3 ch 0 Z W U) Q J H I UY J d' m0 a3 ti O 0 2 Ix Z F�ZN N (� Fz J Q M W lil Qd'N O QW Q W F a W- < O U U) �_ CL Q J W °N=w?w ul 6QNmcrN J O 2 z Q O 'r m U U — v F v o N a x w p —p - W N z ^ o ~ � o J O Qm Q wO z N j0J Q =V F- (n N 0 U N O Q W V) —Z > 0 Q o woo m F UU J� = (- W W m~ F Q Q C9, z O LUQ° N z Nz W F Q F- zw N W- N L N Q U OF OZZ J (n = -y °w W F 2 F Z — — ¢�0 i v �i�1 W O of O U_ M Q Z m d 3 OJ 67Z � O � m • p �Zo _ 0 N M r p v O FX w� Z Z > 0 a ¢ o Q W wd Z�F CL � N Z N w Q d O • W O m Uwe J Om F_ Z J 0�FQ-� JOXW W it U W Q \O O Q O N = 0M W J J �WJ W QZr m _Zi U Q F U= = 0 Fz Z zSF J ON �N� mz0 w 0 0 F_ w `U - 10 OdQ U y O UWZ�iO�i,II V) (f) m (.�� m W M 7: W�N w m �N 3 m�(j -i YZZ ZO8= �Z 0� m N�Q MQ (D W Z J Q J Q N mm�+wz w J J 00x Fwd Nd'W N W F-TO w N W = N W 0 �zQN 00w- N wWJO �m W <00 w WW F � Z=Q � Q = N O OZw Z U -N 2 N N M d Z LA Lei 3 ch 0 Z W U) Q J H I UY J d' m0 a3 ti (z§ $kk > § <wo C, F- CL 0 §2 Szow / \ / §z i » +) � F G§ -»» $ &j�\ /a �$° �})® ga 7 Xcj3: y 4 (n8 z §)< ono »§ 8 mm-y< \/ §_& eou e e °k *§)() » § @82 7] L) §)` \/ \ w ��\ )# w`Xx W <w, ��v�° %§ ®� \Zgee \�\ �� * }� \ ����� (� e08 22 »y* ow w <0— \ ,z »z f>mow w6 ia.�= E i \3 )/0 z z e0 Wo §) co z ` I£��a zz 0( -)> 0 C) »7 ±\7 <d mSEmm §< ( = K w a » k d� \o � W § G/ -§ ° �E )) ) 0 ) �K M \\ i} 3g ) E ° L) j § \ 2� Z ON 0 § § N �0 <z )) 9a j� »� \� � \ \ < \ \ ! ! ! Ln k � \ O D § v\ � A 76 )a ; & 7 §/- $ G & � ) � ) 2 ; k )a . 2 2a 0 < w z } `k� < \ 0 } §wg,8 e k E \\\)} ) z <§@» ` § /�§/ /§ °7)�< ± \C) 4. m( LLJ °±V) �3 <0§m� r£ 00 z2G(/ °( }§ MLLI02e E `» 0< (/§ \\ )} 0W \3»mz o $ ° 2 = \k � §\ b i c oz Z xZ � xy � & — \ - -�� \ x w ' \� 2 ) \ � ! f i § ! d| d z� d . ■� Q W � � Z � Q co 2 L) Q V j� (L/ � � � � � .� � a 0 J N <,Z J OF mm N w Z a m w 5 0 0 U� 3 Q o Z d 3 N Q m O Y p z W °- N m J JJ a W N O i x ~ V U o a a 'U", 030 9zvN a z3 LT oz 3mma N 0Q ?p Or �N mN z2�V,;j z JJQ x3o, J \ w ~�ao a m o d G a _ ?N� amoWw 3a�Y orn F° �� mr, € a Nx ocna wnaw p W�p S. 3a w°j ��F o J3 o YH Z) p'N_•O3 O 22?yU N0 p0 aX xOtU_ix� J W �w (_ _~ F O o� W 2 J W 0 Z_ N N p W W <02> N a o m p (n Wii J.- zJ O t� Nrno >Ow QUQ WamNr �� O Qcnd riU to O pW 00 FQQ 3N J �NJOI Wa OZ o�W} ? ZUp L) z� m Z w <7z 003 QW U1� OF lz mW W OW MI: uj m pl~ JaN H FI mOWUjN �Q OW 2x, a�oaF- Q Z N(aj �o azx�o a 4vJas� xm O�x- �d F V) Qamvp D �YJY3 OF mm �F 0wt�i Q� O U> wZRO �0Q ^Z U (W a0- fy0 zW -R QU c�7p po Z S Z W z Y � O Q Y p 0 00 Z a Z� Z F W 0 U)Va) OxraZ OO m�GW �J 77 WW V). ui Zz ae. mQ0 ZZa p0 Z�0�W0 od 00 dN_ mHW O aN w0 ON U aDZ Q�wQU �N UUNS Col U UU ~� Ux jz �I �U xxU) 41Z Qag U1QW0� '�� mz - za zz =z Q�WQO . QW p ooa aWaF a 4o aYOam Yo YY ra U3�mz o �m w V) ~O N M d ui 16 r <n C) O z O r Fzw F U� yV N rQ (7 Z N WZW O O 44 z W u Dw 3 W NQ N QQ d' i0 a�0 W n 7 r __ ;0 • f IV .g \ / •cl \ / 00 $ 88 z o x x � z � O � U U \ i N N 1► 17 O zN 34 c J LU r^L li //Z v♦ /Q W /2 `V r Q V U N J Y mOf O a3 0 ` d O�Q ° z� w �oz gaow¢� U € W O �w� 2— O F_Na Uom 3a 3Nu Z wWi o m?° QOWUa1 j,��=U Q U 00� >(+J1�Uw U(.n8 2U(nm QJQ JZOUVj zDN =�oZ °OQ Z UI�QWW Ud W .4 F- 5 Fa�o-z w=a0w Z!�N �J�N 0 3 °Z W Z W W O Z E Q�z 9 Sm- a �OZd 000 ?QUZW Q2 U Q Z 1 m0 O?DwOJ 2 Zao ZQxm"N M: U U R M. Z?� M U) ~O N Z 0 g N Z 0 W N } W O N W Z M J Z J S U ° ° > �°oo c5iX,Ia xJ0-% 33m?W W (n W m _ Z0U wQ C)Jx U W 2 S Z Ja W ZJQ W m ° 2 d WxZ w(n W zN m�2�az I - Jo0 0 U0 �0zo15 °p NZy QO WO WY (Y_) Z N w 0 n Q(n n Z OW U m ? Z Y ZW ~NOON -W wd UU OZ F — z JJ w ? QZ ¢ ¢ a- i4 ui M 4 Z° � m,0 W U 0"tM WOMUa a M: rn.pp- Q O W � n O 3`QW J W N �Zm -co nUxmm ui U N Fn < C6 x J3ao =Z,°WWO <°oo °z Om WM< Mxi0 z° U F M m W r OUmO o-I O= UN Y (noz UUmw, H m Z Q N N Y ° n 0 U N7 0' 0o W3� O N; ao F N U < kmo Q W w z �Za? 0 I\ & 3 z N7 O Il_I U o Zt �g = o x° � � rn O i1• x91 'NIN ,9 N Z Z � W N � Y zN o M w a O LJ W Li F- J ~ °o 9a o °Z ci Q�NZ )-O Z Q W x W � W W to Mum _J 0 § O >aWa ¢? n ° F Lin Z ¢ D Vj Q O a W J S li O D U W d ZZ U d d Q W W U1 ��yJJY Cix K ~WwZ m aw °(n a M m W Z Jw Z U x W i rz U O J m O F¢ Z p Q Q' Zo- > �dtioaa c�M2 = g Qo WV) z 3� �30U0 Z(DO3 mow�� Io< 00 �z 30 <- ID W m J W Q W N O <UwFF- JArW Z0 Ow w I Q(n0 �0 W(n UIn D ri °0 a; O CL v ,Z l = 1HO13H 'XVW _e m ww - VI NN ¢ n w � 00 a_ ^N i000mmN J a OHM Vo o WEE ELI _____ wwwwwww wz¢zs¢ aaasaa � WNW ��LLI�LL i0 COZizzz UU OVIInggg �Z0'oc000 W. 00° 00 O�ppw Ntp )00 do 0nm O0 w 100 w wxmmmm 00 S 00000 )00 a� eat ME Illizz WWut xxxxx F 0 F O D U U U ��a zz zz / w ozzzzz !/ g O 0 o 0 0 aad OMOM OM Z W? Z N m N o M �rT �00000 � PiC50 Z K .O ]--�l O z CO) U ' C3 W 06 N ti iW V N W cn m U Q U 0 Y 7j � m0 a3 L 1 a 0 n J N U p } z m� r mW � Mw� 30 <a� O ELM W w O, n xa ¢ py o w�= �yJ�JJ�,JIam (N Lwl m QOU >- U W J J w Q} 3 0¢ Li ° Z > w= Q m N a p o w LM V�3 m=za 0 3N� z Lou £r ELI ,ti .s °�J Jr �rn aZ xo x mm � �pQ Jw Oil `� QUU C J�z � Zo Tr�i Zp 8o"} _° o IFc'Iav z -zp9 p 1: rc c�.o c�igl�Fyl QrQ p m U x GNF C m WL µaM m Qo3 tai ?mom Ll `-Mi w a N w c¢>a� �Jao z� ¢ o o�m i of cmd aQw 0 rno z L) 0v2 �0, a� �aU mOd� °x� zovwi wx ?Z� 00z wc0� aaxw 0 7dz rnaw °a Hm °per CL c�awa xo rn axm go xx ¢o Gi o cli ri a ui ao z 'NIW -3 -7 O - - -- _ L N N a � � O 9 ,Z 6 L 0 r 0 Z N I'Z /LW 91 NC1 .l /t i7l g i -7 ��a Lwij j � Z � WK 1 il�� Z F J L o o Id 1�U LLU U �j .z L E - jN N O 'Z 2V J i LLI 0 V/ MQ W V Q V N a ci U) U Y J M 0 a3 1r;1 a 0 N s J 7 U x z U<= Y U_ _U \ U m <x Y � U Z N o .Z o Y N M x U) U Z U _ 00 � � Q N Q > n \ o Ld n n Z LLJ NN ZO wa �. J o � = Uw ¢ Z w U M d W Z ". J N n �� QW og N3 .9 'd U ,4 /f L In = 08 o N Z JI f LL .9l /L 11 `no L/l Z .9 /f l a n m 3 ¢ J—BlIfIJ Ol 3015 Sill _l1 n L C N Oi n 41 Ix c LL c LLI . ....................... r 1 .1 LcLlj IS, Z oz w -og I �Z/ L C-4 o "u) m m a_ 9 .,Z 5 a L) v) O J, W: Pr D �O U La z Z o 0 10 m=z I z< LLI N m OOH lLJW W> 4 FW o Fr o Np Lj W OIL Ot AIL N w Ll tj v, LLJ F- o N ri Z d Z ( Li 4D Z 0 F- z LU U) z LL V W U x W Tm, w IL W o w C) V) J �4 M Elf =) 0 (L 3 1c�1 r�i� J � W W > O �j U J N za Q¢ o � U M :2 UQO V) O O Z= U m z c o= w w m WU Y Z p O E I.j�J Y W O O N } U1 W J J C� O U V> O jl-v) N U)d m 0 U O U Q wO a WV wwo WO OJ 11) N N N w z �s �a o c� z 91/6 u\i Y ,9l /l I DDDDDOD DDDDDD �z X OOOOODDO w ar Iw I 0 G� K N � N \ YI DDDDD .�a � F 0000 - 2}1,2 DDD I � p JL__ FD a ,z lz ,4£LL N Q 0 z fl- 3� 0 w LLI �O LL Q t� V LQL /r V �W Lf U N J Y m � 0 a3 o 4 are U W m W m �w ZQ U < af F Q W �L+.�Z T _ U l< J w Q(~/1 NN OIt (7 M Z Q O` J N N - Q Oa Z w °w ¢ a pa Q? ZNU K Dm Q Hi 0 z U W U D N a m O 6 O O N Z m O W U U w w W } r~ >J �Z UW w Y> U Q N = N p �NQ O ±F N O - sa a 3~ -J a I -j w m Ow _,O O J On 3 LLJ J WO WQ��Jw� r N� W � NF- � v 0 � ? F� O N F N M 4 N t0 W o N Z FJ W� oa 00 N = OD .4/£ LL OUTFALL TO STREAM DUMP NO POLLUTANTS FOUNDRY NAME N a r N n i Lx N a n x 3 0 0 °a l a / z .8� .9 I 0 Z a R 0 zo 0 V+ a a 0 6I. V MJ W a. Z Cl) V D w O LL `/ W 0 a W Z a U 0 J M 0 a3 ti L 1 i • r v1 1 Z r O w O yO a � CL L) Q�ZN CO°t+.IZ �m W V Z_ CO aQOO VI - N m Z Y W, a JUF30:U)0OZ03 3 �3�0 ?2N QlQ�SJH Uz °�(n�ma 0<< W M O W a O U VI V) J w F V) V) li WWm >> -gam Y Y J w Q U Y W Z << Q S z D< W W OQQ > °�OQ- Q? d° F- O Z CV M d z O g J Q 4 4 4 4 4 i m U IL O O F- O Q N O w 0 N F El w CD 0 z Q m m O Z 0 w w O r Z `w w wA a. Z O r J J O a w H Q O CO U Y J M a3 I 0 zN 3 et 0 `W LLI U V Z Y O J Z O W U Y J M 0 a3 I 0 MJ a° Q W O � U Z c LO O) J QN N I m ZQ m O p �O m o E I I N -`99I LAC Z Ld o n 04 .BIS N` I Z N D Q 1 pp U Q l) Q N LLd m W < Q a 3 m a � _ W II 0 U YvQ rn X0 N � � Wx� ~ ? U W i0 Wt j W Q Uj n �UQ w Na 3J, Of 3z WLLd J O W NO F- ¢ c _ Ld W � O LH o x z z 7 a °wr v)8 ° Q O N 0_' O �P n � Q , LL I O 8/L Z Y 'riJ 8/9 al z z W Wo 0 JL\ rL OY F- In O N Q: Q d' 0 zN 3 et 0 `W LLI U V Z Y O J Z O W U Y J M 0 a3 I Q zm d 5� D W 0 V r V Z Y 0 J Z D 0 0 U. 5W II� U Y J MM O a.. 3 Iti ti 4J ;; • L.L 'I a 0 x D 0 p M N NJ g o xo U .4 /L U U QQ 7 J 00 Z Q II \ z a It)� .o O O W p \ D W Z NI = Q ILA Q U Q N m Z Q Q W J � J io � p Li \ Ln � W p N z N Q 0 W N I O I Q Q Z a a a ao a ll N N N M U W O I — .s Q zm d 5� D W 0 V r V Z Y 0 J Z D 0 0 U. 5W II� U Y J MM O a.. 3 Iti ti 4J ;; • L.L 'I 12" 4"j 40" PROVIDE 1' COVER MIN. (TYP,) IN #5 HOOP BARS (TYP,) #5 HOOP BARS (TYP,) #4 HOOP BARS (TYP,) MODIFIED TYPE 1L CATCH BASIN REDUCING SECTION JULY 2014 °"fm PUBLIC CONVERSION RISER FOR TYPE 1 CATCH BASIN DWG. NO. WORKS (CONVERTS RECTANGULAR 4_18 LID TO ROUND LID) 0 In 'r 0 0 `n^ n O o N O I 0 W m y U S m a o ' ^ K J Ir O I m� w .n °w f) U M W W Uw Wy, QF W LL j� K / LU 0 U U w w w 1.- z OLL MOiz z N 0m �W w 00� 00- W CE> Q ?<- O U) J � Q LL ° W Z W zU n o - F� N ° = ° ° U m J W W W QX o��� U� H LU w � E F-a a ~ a � M J w �� W Q . pQ /� WO o D ♦^ m 1 1 1 ■ w Q = a z WC7 /L W YN V) 0 iii N Q M Lf) LLJ W a ILLJ j l0 3 W U W ° U) w Z (� J m O J U) W O> > b o w w Q +� ° Q aNU dN c U U Z O (n J m =D LL W D F- O iL, Z U7 Z L 0 a J o 0 O w ,t cn O e W W _xaa m in �- O o 0 r m N n I O H O H W _ O � W SU w J > a' W� a~ F W J cn cn a ° 5 m 3 0 Z N I'7 OJ JO N N IAPPENDIX C PREVAILING WAGE RATES 1 1 1 I Li A 1 1 City of Federal Way RFB # 15 -004 S 304t1 St at 2811 Ave S 2015 RFB ver. 1 -15 1 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 ' PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 6/10/2015 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $42.67 5D 11-1 King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A 1M King Brick Mason Pointer - Caulker- Cleaner $51.32 5A 1M King Building Service Employees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer /Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- Scaffold) $24.94 5S 2F King Building Service Emplo ees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $52.32 5D 4C King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers & Tenders Diver $105.37 5D 4C 8A King Divers & Tenders Diver On Standby $59.50 5D 4C King Divers & Tenders Diver Tender $54.82 5D 4C King Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C King Divers & Tenders Surface Rcv & Rov Operator Tender $51.07 5A 4C King Dredge Workers Assistant Engineer $54.75 5D 3F King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3F King Dredge Workers Boatmen $54.75 5D 3F King Dredge Workers Engineer Welder $55.791 5D 3F Ihttps:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 Page 2 of 17 , King Dredge Workers Leverman, Hydraulic $56.921 5D 3F King Dredge Workers Mates $54.75 5D 3F King Dredge Workers Oiler $54.33 5D 3F King Drywall Applicator Journey Level $52.32 5D 1H King Drywall Tapers Journey Level $52.37 5P 1E King Electrical Fixture Maintenance Workers Journey Level $26.59 5L 1E King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Construction Cable Splicer $69.95 5A 4D King Electricians - Powerline Construction Certified Line Welder $63.97 5A 4D King Electricians - Powerline Construction Groundperson $43.62 5A 4D King Electricians - Powerline Construction Heavy Line Equipment Operator $63.97 5A 4D King Electricians - Powerline Construction Journey Level Lineperson $63.97 5A 4D King Electricians - Powerline Construction Line Equipment Operator $53.81 5A 4D King Electricians - Powerline Construction Pole Sprayer $63.97 5A 4D King Electricians - Powerline Construction Powderperson $47.55 5A 4D King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In- Factory Work Only $15.90 5B 1 R Products King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L 1y King Heat & Frost Insulators And Journeyman $61.18 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers &Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Cleaner Journey Level $9.47 1 King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95 13 1K https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 i i 1 1 s r J I 1 r 1 r Page 3 of 17 King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Inspection /Cleaning /Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Technician $19.33 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 4C King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $42.67 7A 31 King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.17 7A 31 King Laborers Brick Pavers $42.67 7A 31 King Laborers Brush Cutter $42.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper - paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $43.46 7A 31 King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.67 7A 31 King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean -up Laborer $42.67 7A 31 King Laborers Concrete Dumper /chute Operator $43.46 7A 31 King Laborers Concrete Form Stripper $42.67 7A 31 King Laborers Concrete Placement Crew $43.46 7A 31 King Laborers $43.46 7A 31 Ihttps: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 Page 4 of 17 ' 1 r fl https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 1 Concrete Saw Operator /core Driller King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking & Moving (incl. Charred Material) $42.67 7A 31 King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.00 7A 31 King Laborers Drill Operator (hydraulic, diamond) $43.46 7A 31 King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller & Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker & Transit Person $44.00 7A 31 King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 King Laborers Groutmen (pressure) including Post Tension Beams $43.46 7A 31 King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker (level A) $44.00 7A 31 King Laborers Hazardous Waste Worker (level B) $43.46 7A 31 King Laborers Hazardous Waste Worker (level C) $42.67 7A 31 King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.461 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder - mudman $43.46 7A 31 King Laborers Material Yard Person $42.67 7A 31 King Laborers Motorman -dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla $43.46 7A 31 King Laborers Pavement Breaker $43.46 7A 31 1 r fl https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 1 i J 7 u J Page 5 of 17 King Laborers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer /tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re- timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger /signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20 ") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $43.46 7A 31 King Laborers Tamper (multiple & Self- propelled) $43.46 7A 31 King Laborers Timber Person - Sewer (lagger, Shorer & Cribber) $43.46 7A 31 King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.67 7A 31 King Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work- Compressed Air Worker 0 -30 psi $64.99 7A 31 8�C King Laborers Tunnel Work- Compressed Air Worker 30.01 -44.00 psi $70.02 7A 31 8�C King Laborers Tunnel Work- Compressed Air Worker 44.01 -54.00 psi $73.70 7A 31 King Laborers Tunnel Work- Compressed Air Worker 54.01 -60.00 psi $79.40 7A 31 8�C https:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 Page 6 of 17 ' King Laborers Tunnel Work- Compressed Air Worker 60.01 -64.00 psi $81.52 7A 31 jig King Laborers Tunnel Work- Compressed Air Worker 64.01 -68.00 psi $86.62 7A 31 8C King Laborers Tunnel Work- Compressed Air Worker 68.01 -70.00 psi $88.52 7A 31 8�C King Laborers Tunnel Work - Compressed Air Worker 70.01 -72.00 psi $90.52 7A 31 King Laborers Tunnel Work- Compressed Air Worker 72.01 -74.00 psi $92.52 7A 31 8�C King Laborers Tunnel Work -Guage and Lock Tender $44.10 7A 31 iig King Laborers Tunnel Work -Miner $44.10 7A 31 8�C King Laborers Vibrator $43.461 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 King Laborers Well Point Laborer $43.46 7A 31 King Laborers Window Washer /cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer & Topman $42.67 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 & Water King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 King Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $52.32 5D 1H King Marble Setters Journey Level $51.321 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.561 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 26 King jPile Driver lJourney Level $52.57 5D 4C King Plasterers liourney Level 1 $50.421 ZQ I 1R C s 1 t https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 1 iJ F u 1 fl Page 7 of 17 King Playground & Park Equipment Journey Level $9.47 1 Installers King Plumbers & Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $54.75 7A 3C 8P King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $51.97 7A 3C 8P King Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.97 7A 3C 813 King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $55.24 7A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $51.97 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $54.33 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $54.75 7A 3C 8P King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $54.75 7A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $55.79 7A 3C 8P King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or 250' Of Boom (including Jib With Attachments) $56.36 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $55.24 7A 3C 8P King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $51.97 7A 3C 8P King Power Equipment Operators Cranes: Friction 100 Tons Through 199 Tons $56.36 7A 3C 8P King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' Of Boom (including Jib With Attachments) $56.92 7A 3C 813 King Power Equipment Operators $54.33 7A 3C 8P Ihttps:H fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 Page 8 of 17 1 u 1 1 https: // fortress. wa. gov/ lni /wagelookup /prvWagelookup.aspx 6/10/2015 1 Cranes: Through 19 Tons With Attachments A -frame Ove