Loading...
AG 17-083RETURN TO: PW ADMIN EXT: 2700 ID #: g'g1 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: CHRISTINE MULLEN EXT: x2723 3. DATEREQ.BY: 0-NOV-20 I 7 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL 1 OTHER CONTRACT CHANGE ORDER #2 AG# 17 -083 4. PROJECT NAME: 2 I ST AVE 5 PEDESTRIAN IMPROVEMENTS (5 3 1 6TH ST TO 5 320TH ST) 5. NAME OF CONTRACTOR: ACTIVE CONSTRUCTION, INC. ADDRESS: 5 I I 0 RIVER ROAD E. TACOMA, WA 98443 TELEPHONE: (253)248 - 109 I E -MAIL: N/A FAX: N/A SIGNATURE NAME: ROSEMARIE GARMS TITLE: GOVERNOR 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRRIIOORRsCONTRACT /AMENDMENTS CFW LICENSE # 1110(188 BL, EXP. 12/31/ I / UBI # 27 COI X33 , EXP. (2- i3( Al 7. TERM: COMMENCEMENT DATE: UPON EXECUTION COMPLETION DATE: PROJECT ACCEPTANCE 8. TOTAL COMPENSATION: $ 691 ,070.60 (THIS IS A NO -COST C.O.) (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES X] NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES )6 NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED 6 PURCHASING: PLEASE CHARGE TO: 30G- 4400 - 193- 595 -30 -635 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED PROJECT MANAGER ■ Oto•1404•tb 0 ❑ DIVISION MANAGER . 1 �� k DEPUTY DIRECTOR A7111/1/7 /y;I�yI� ��� t DIRECTOR !i'./�S�L' ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT �� /4 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: N/A COUNCIL APPROVAL DATE: N/A 11. CONTRACT SENT TO VENDOR/CONTRACTOR DATE SENT: I • �I�lW' DATE RECD: la-1ate in ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT At SIGNATORY 0.4A5fBR OR DIRECTOR) ,!! ea 07 ❑ CITY CLERK ai 1 - 0 XASSIGNEDAG# AG° 7-083`q/,g X SIGNED COPY RETURNED DATE SENT: ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE "2 " ORIGINALS 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG #: 17 -083 2 1(1 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 21st Ave S Pedestrian Improvements (S 316th St to S 320th St) PROJECT TITLE Active Construction, Inc. SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: CONTRACTOR 1. DBE CONDITION OF AWARD (COA) MODIFICATION This change order documents a change to the DBE COA amounts for the project. Valley Growers Nursery & Landscaping, Inc. (a DBE subcontractor with a COA amount), contracted with a lower -tier subcontractor to complete a portion of their work (landscaping, bark mulch). This lower -tier subcontractor was not certified as a DBE, thus Valley Growers was in violation of the DBE requirements for the project and they are unable to credit this portion of the work towards the DBE COA goal. Tunista Construction, LLC (a DBE subcontractor with a COA amount), completed work in excess of their original DBE COA amount. This change order reduces Valley Growers Nursery & Landscaping, Inc.'s DBE COA amount by $2,400.00 and increases Tunista Construction, LLC's DBE COA amount by $2,400.00. The amount of $2,400.00 is the value (as shown on the DBE breakdown prior to start of construction) of the DBE work that was not completed by a DBE certified firm. Name of DBE DBE Certificate Number Description of Work Original Amount Applied Towards Goal New Amount to Apply Towards Goal Tunista Construction, LLC D1M0024253 Trucking $4,000.00 $6,400.00 AAA Contractors, Inc. D4M0021009 Retaining Wall $0.00 $0.00 Valley Growers Nursery & Landscaping, Inc. D4F0018933 Landscaping $57,205.00 $54,805.00 Al Vinson, Inc. (dba Sea -Tac Sweeping) D3M0015063 Street Sweeping $0.00 $0.00 Express Iron Works, Inc. D5M0021986 Fencing $21,500.00 $21,500.00 The time provided for completion in the Contract is ❑ Unchanged ❑ Increased by Working Day(s) Decreased by Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes M No If "Yes" Will the Policies Be Extended? 1 1 Yes No Change Order No. 2 continued 2 of 2 THESE ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE: PRICE CHANGE LUMP SUM INCREASE $ DECREASE $ UNIT PRICE N/A THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE N/A TOTAL NET CONTRACT: INCREASE $0.00 DECREASE $ 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 $ 685,685.00 $ 5,385.60 $ 0.00 $ 0.00 $ 691,070.60 INCREASED $ 0.00 DECREASED $ 0.00 $ 0.00 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S SIGNATURE 2�)cV/7 DATE it-477 -2,..._.2 1 z.l 281 i 7 4dMARWAN 'ALLOUM, P.E. DATE PUBLIC WORKS DIRECTOR ACI ACTIVE CONSTRUCTION INC. April 20, 2017 City of Federal Way Public Works Dept. 33325 8th Ave. S. Federal Way, WA 98003 RE: 21st Avenue S. Pedestrian Improvements — S. 320th St. to S. 316"' St. Project No. CM- 1001(004) DBE BREAKDOWN Please find this letter in response to the requested information in regard to the DBE firms we will be using on the above referenced project. The DBE breakdown is below: • Express Ironworks DBE #D5M9621986 P.O. Box 137 Napavine, WA 98565 Bid Item Assignment and Details: Bid Item No: Est Qtv: Description: Unit Price: Extension: 34 650 LF Black Vinyl Coated Chain 33.07692 21,500.00 Link Fence Total: $21,500.00 • Valley Growers Nursery & Landscape, Inc. DBE #D4F7218933 P.O. Box 610 Hubbard, OR 97032 Bid Item Assignment and Details: Bid Item No: Est Qtv: Description: Unit Price: Extension: 6 1 LS Mobilization 5,765.00 5,765.00 24 11 EA Tree Grates 2,000.00 22,000.00 25 11 EA PSIPE, Pyrus Calleryana var. 'Capital' 490.00 5,390.00 or'Redspire', 2 -1/2" cal. 26 42 EA PSIPE Prunus Laurocerasus (Otto 45.00 1,890.00 Luyken Laurel) 5 Gal Containers 27 220 LF Root Barrier 18.00 3,960.00 28 30 CY Bark Mulch 80.00 2,400.00 29 40 SY Seeded Lawn 25.00 1,000.00 31 1 LS Automatic Irrigation System Complete 14,800.00 14,800.00 Total: $57,205.00 PO BOX 430 PUYALLUP, WA 98371 PHONE (253) 248 -1091 FAX (253) 248 -1092 www.activeconstruction.com .. aif / ( /Iral l n7 77C ' V6:71r/113i/(2, • Page 2 of 2 April 20, 2017 • Tunista Construction, LLC DBE #D1M0024253 33440 8'" Ave South #105 Federal Way, WA 98003 Bid Item Assignment and Details: Bid Item No: Est Qtv: Description: Unit Price: Extension: 12 7 HR Trucking: Clearing and Grubbing 140,00 980.00 14 8 HR Trucking: Removal of Structures and 140.00 1,120.00 Obstructions 16 6 HR Trucking: Roadway Excavation Incl, 140.00 840.00 Haul 19 7.57 HR Trucking: Modular Block Wall 140.00 1060.00 Total: $4,000.00 Please contact me immediately should you require any additional information in order to forward the contract. My email address is rvanhAactiveconstruction.com and my contact info is below. Thank you and we look forward to working with you. Sincerely, Active Construction, Inc. Rya h Heathers Estimator /Project Manager 253 -606 -8638 (253) 248 -1091 FAX (253) 248 -1092 PO BOX 430 PUYALLUP WASHINGTON 98371 www.activeconstuction.com ACI ACTIVE CONSTRUCTION INC. October 23, 2017 Christine Mullen City of Federal Way Public Works Dept. 33325 81 Ave. S. Federal Way, WA 98003 RE: 21't Avenue S. Pedestrian Improvements — S. 320"' St. to S. 316th St. Project No. CM- 1001(004) Change Order Request to DBE Condition of Award Valley Growers Nursery & Landscaping Inc. Active Construction Inc has exceeded the DBE goals for the 21g Ave S Pedestrian Improvements project. While the total DBE dollars exceeded the requirements for this project , the DBE participation for Valley Growers fell short. ACl/and Valley Growers put forth a good faith effort to reach the COA goal, unfortunately we were unable to meet this goal due to the need for a blower truck subcontractor to place some of the materials for the project. ACI is requesting a deduction to the COA for Valley Growers in the amount of $2,400.00. In addition, ACI would like to request and increase to Tunista's COA goal of $2,400 as their work has exceed their original goal. Please see the attached letter from Valley Grower's supporting this request. Feel free to give me a call anytime if you have any questions or need additional information in order to approve this no cost change order request. Sincerely, avid Peterson Estimator /Project Manager Active Construction, Inc 253 -606 -9590 PO BOX 430 PUYALLUP, WA 98371 (253) 248 -1091 FAX (253) 248-1092 www.activeconstruction.com 0 ACI is an "Equal Employment Opportunity Employer" E -mail: vlygrwrs@web- ster.com P.O. BOX 610 HUBBARD, OR 97032 October 31, 2017 City of Federal Way Public Works Dept 33325 8th Ave Federal WA 98033 VALLEY GROWERS NI'RS'ERY & (ANDSC'APE RE: 21St Avenue S. Pedestrian Improvements — S. 320th St. S 316th St. Project No. CM- 1001(004) Website : valleygrawers.com PHONE ( 503 ) 651.3535 FAX ( 503 ) 651.3044 This letter is to notify the City of Federal Way Public Works Dept that Valley Growers has done there due diligence in trying to locate a bark /soil supplier that meets the project DBE requirement, but was unable to find one in time to meet the project schedule. Therefore Valley Growers used Aardvark bark to supply /place the material. We request the DBE COA goal be reduced by $2,400 which is the value of the work that was completed by our subcontractor. Please call me at (503) 651 -3535 if you have any questions. Thank you. Sincerely, Vicqui V. Guevara, President / Owner Oregon Landscape Contractor's License #6257 • DBE/WBE(MBE Certification #1462 • SBA 8(a) Certified Contractor Contract Growing • Landscape & Maintenance "Creating an environment that uplifts your spirit " RETURN TO: PW ADMIN EXT: 2700 ID #: 3163 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 5TREET5 2. ORIGINATING STAFF PERSON: ChRIST1NE MULLEN EXT: x2723 3. DATEREQ.BY: 22 -SEP -2017 3. TYPE OF DOCUMENT (CHECK ONE): o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) ❑ PUBLIC WORKS CONTRACT _ ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AG #): ❑ INTERLOCAL 121 OTHER - CHANGE ORDER AG# 17 -083 4. PROJECT NAME: AVE 5 PEDESTRIAN IMPROVEMENTS (5 3 1 6Th ST TO 5 32011-1 ST) 5. NAME OF CONTRACTOR: ACTIVE CONSTRUCTION INC. ADDRESS: 5 I I 0 RIVER RD E. TACOIV 3443 TELEPHONE: (253)248- 1 0S' E -MAIL: N/A FAX: N/A SIGNATURE NAME: ROSEMARIE GARMS TrrLE: GOVERNOR 6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE 0 ALL OTHER REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES o PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 11 tO ttli7 BL, EXP. 12/31/ (7 UBI # •73abi **a' , EXP. I2 1-81/11 7. TERM: COMMENCEMENT DATE: UPON EXECUTION 523117 COMPLETION DATE: PROJECT ACCEPTANCE $685.685.0' 8. TOTAL COMPENSATION: $ + $5.385.(,'6 , ;t . 2) = $031 07060(INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES tsi NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YES Q9 NO IF YES, $ PAID BY: o CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR )4 RETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: 306 - 4400 - 193 -595 30 -G35 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED eX PROJECT MANAGER Cm %a . 5EP' 201 } o DIVISION MANAGER (� DEPUTY DIRECTOR #4 i - I ea DIRECTOR �� : u 1 ( �'1 .....- o RISK MANAGEMENT (IF APPLICABLE) J 11 LAW DEPT Q I 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: N/A COUNCIL APPROVAL DATE: ', r 11. CONTRACT SIGNATURE ROUTING] o SENT TO VENDOR/CONTRACTOR DATE SENT: ��� Y V DATE REC'D: I o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICE SES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED SIGNATORY ' ' ' : ' R DIREC • : �1� I1 o CITY CLERK ii f ILOTAI12 • o ,`�KK ASSIGNED AG # AG# ��� SIGNED COPY RETURNED DATE SENT: /,.1 - ' ❑RETURN ONE ORIGINAL COMMENTS: EXECUTE " " ORIGINALS 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG #: 17 -083 1 PROJECT NUMBER CHANGE ORDER NUMBER 21st Ave S Pedestrian Improvements (S 316th St to S 320th St) PROJECT TITLE 41Tgll-. EFFECTIVE DATE Active Construction, Inc. SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: CONTRACTOR 1. ADDITIONAL TOPSOIL This change order documents a solution to restore the pre- existing topsoil depth along the eastern frontage of Town Square Park. The existing depth of the topsoil along 21st Ave S was approximately 2' in depth (See Attachment #1). The City Parks Department provided this deeper- than - normal depth in order to complete additional plantings once the sidewalk project was completed. During the excavation for the wall, this topsoil was removed and was not replaced. In order to provide sufficient depth of topsoil for the Parks Department's proposed plantings, a "berm" of topsoil will be placed (see Attachment #2). The limits of this additional topsoil are behind Wall #2 (apx. Sta 9 +75 to apx. Sta 10 +75). The topsoil will match in to the elevation of the sprinkler heads to the east of the trees and then build up to a depth of 1' and then grade down to the existing path within the park to the west. Large rocks shall be removed before placing the topsoil. Original topsoil shown per plan is incidental to other bid items within the contract. This "additional topsoil" will be a new bid item to be paid at a unit price of $81.60 per cubic yard and will be placed by CAD truck. No additional mobilization will be paid for this work. Bid Item #44 (new), Topsoil: This is a new bid item. The estimated quantity is 66 cubic yard. 66 CY x $81.60/CY = $5,385.60 The time provided for completion in the Contract is ® Unchanged Increased by Working Day(s) Decreased by Working Day(s) This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑ Yes ® No If "Yes" Will the Policies Be Extended? (— Yes ❑ No THESE ARE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE: PRICE CHANGE LUMP SUM INCREASE $ DECREASE $ UNIT PRICE N/A THESE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. ITEM QUANTITY UNIT PRICE ADD OR DELETE #44 (new) Topsoil 66 SY $ 81.60 $ 5,385.60 TOTAL NET CONTRACT: INCREASE $5,385.60 DECREASE $ Change Order No. 1 continued 2 of 2 DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 685,685.00 PREVIOUS CHANGE ORDERS $ 0.00 THIS CHANGE ORDER $ 5,385.60 *ADJUSTMENTS $ 0.00 NEW CONTRACT AMOUNT $ 691,070.60 ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT 0 INCREASED $ 0.00 0 DECREASED $ 0.00 $ 0.00 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. TRACTOR'S SIGNATURE giZ5// 7 DATE 8128117 MARWAN SALLOUM, P.E. DATE PUBLIC WORKS DIRECTOR A c,h *.1 - Topso; l 'Uep4 -h »rior -b ?YO:lec -r ,m?rbVe BUILD UP A BERM OF TOPSOIL. 12" HT GRADE FROM TOP OF WALL TO SPRINKLER HEADS (SO DON'T NEED TO ADJUST HEADS FROM WHERE THEY CURRENTLY ARE) _ • RETURN TO: I j e)t 1 WI I1 EXT: 2:70 jl i N °�j! 1.5 3 d /6 l (J . CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING ORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / y tie, 2:723 ry I,, 2. ORIGINATING STAFF PERSON: l �r13I It {e 1- ►�' len EXT: X 3. DATE REQ. BY: MOXCi ` 3,201- 4. TYPE OF DOCUMENT (CHECK ONE): 11- -b04 s CONTRACTOR SELECTION DOCUMENT (E.G., RFP, RFQ) • PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT ❑ ORDINANCE ❑ RESOLUTION ❑ CONTRACT AMENDMENT (AGO . ❑ INTERLOCAL PUBLIC WORKS CONTRACT AGREEMENT / CDBG (E.G. BOND RELATED DOCUMENTS) ❑ OTHER L / 5. PROJECT NAME: 2. 61- Ave S Sicie aik. "Tvnproveme , -Es (5 s .c nt -b S 31104' 5t) 6. NAME OF CONTRACTOR: 4./ ` "��41 (L_IC / �/%, AL ADDRESS: • ., • .0 . AM `,' , :AI/ / I a AIA • . L TELEPHONE: `.� E -MAIL: NI /A FAX: N/A R(flt(riei TITLE: , q ,',(y1Tm- SIGNATURE NAME: sag % j S 7. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # I/ 101 CM BL, EXP. 12/31/ (7 UBI #273001 , EXP. / 3( /(7 8. TERM: COMMENCEMENT DATE: U(Xn(...0g5, lne)ecu -hcn COMPLETION DATE: Pro jerk- o_cz.eci -c4f.c e 9. TOTAL COMPENSATION: $ ,0/41 �45 , Dio (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ EMPLOYEES TITLES AND HOLIDAY RATES) AMOUNT: $ PAID BY: ❑ CONTRACTOR ❑ CITY pQ PURCHASING: PLEASE CHARGE TO: 2 (.D • 4400 • 1 J3 • 595 - 30 • Co3SS 10. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED • PROJECT MANAGER 2- - 22 - • )11 DIVISION MANAGER � - IA-)..7 ^, a) ■■ / ) x DEPUTY DIRECTOR '�S r-�ii W 91 DIRECTOR :-11-1 i ❑ RISK MANAGEMENT (IF APPLICABLE) ffi LAW DEPT EXO 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 12. CONTRACT NT TO V ENDOR/CONTRACTOR DATE SENT: COUNCIL APPROVAL DATE: I`► /A I / ?/ 17 DATE REC'D: P5 1111t7 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE S GNF slag 14,e-S � IGNATORY MAYOR OR DIRECTOR �.. ? (MAYOR DIRECTOR) - r -LS1 . ITY CLERK /_// 2-3 A1� SSIGNED AG # AG# / �75 7 -t9.3 S'13 47 _ ❑ SIGNED COPY RETURNED DATE SENT: ETURN-v� ORIGINALS] COMMENTS: a. (1 EXECUTE "yO " ORIGINALS RFt3 dots -i o r (review E approval. • Th1 S is a. - FCderal ly ^ 4unde d prc ec -. Ili h1i h-ttd See -icwt will he_ - Pilled \n wi-1 -h TE e. -bid Tat d.a- 1e /kimeU �ecore •Didcl1 . Final docs will tae prix -e4. O ri CnlOr paper as Haled in Table oc Co -E•er ,. 2/2017 JOINT CONSENT IN LIEU OF A SPECIAL MEETING OF THE BOARD OF DIRECTORS AND SHAREHOLDERS OF ACTIVE CONSTRUCTION, INC. The undersigned, being all of the Directors and Shareholders of Active Construction, Inc., a Washington corporation, (the "Corporation ") by this instrument in lieu of meeting of the Corporation's Directors and Shareholders, consent to the adoption of the following resolutions, which resolutions will be deemed adopted when all of the Directors and Shareholders have signed this Consent and waive any notices required by law with respect thereto: RATIFICATION OF STOCK PURCHASE AGREEMENT RESOLVED, that the Stock Purchase and Sale Agreement Between David R. Berglund, David Ceccanti, Rosemarie A. Garms, Dennis D. Kooker and Scott D. Morse, "Purchasers"; Walter H. Smith, "Seller" and the Corporation dated as of January 1, 2005, attached hereto as Exhibit A, is hereby ratified, confirmed and adopted in all respects. RATIFICATION OF SHAREHOLDER AGREEMENT RESOLVED, that the Shareholder Agreement dated January 1, 2005, by and between the Corporation and David R. Berglnd, David Ceccanti, Rosemarie A. Garms, Dennis D. Kooker and Scott D. Morse, (the "Shareholder Agreement ") attached hereto as Exhibit B, is hereby ratified, confirmed and adopted in all respects. RATIFICATION OF EMPLOYMENT AGREEMENTS RESOLVED, that the Employment Agreements dated January 1, 2005, by and between the Corporation and David R. Berglund, David L. Ceccanti, Rosemarie A. Garms, Dennis Kooker and Scott D. Morse a respectively, attached hereto as Exhibits C through G, are hereby ratified, confirmed and adopted in all respects. RESOLVED, that the Employment Agreements dated February 11, 2005, by and between the Corporation and Walter H. Smith, attached hereto as Exhibit H, is hereby ratified, confirmed and adopted in all respects the persons for whom facsimile signatures may be used in place of their actual signatures and the form of such facsimile signatures. 2. Any and all banks respectively in which accounts are or shall be maintained by the Corporation are hereby authorized and directed to honor checks, drafts or other orders for the payment of money signed and countersigned respectively by the persons and in the manner designated from time to time by such letters, including checks, drafts or other orders for the payment of money bearing facsimile signatures authorized by such person even if such signatures have been affixed by unauthorized use of the Corporation's facsimile signature devices. 3. David Ceccanti is hereby authorized to act by similar letters to (a) revoke the authority of any and all persons theretofore authorized to sign or countersign, (b) designate additional persons to sign or countersign as aforesaid, and (c) designate additional persons for whom facsimile signatures may be used in place of their actual signatures and the form of such facsimile signatures. GENERAL CONTRACTING AUTHORITY RESOLVED, that David Ceccanti is hereby authorized to commit the Corporation to the purchase, sale or lease, as lessor or lessee, or as a participant in any such transaction, of real or personal property, tangible or intangible, or products or services, to make or participate in any such purchase, sale or lease on credit, and to execute contracts, leases, deeds, bills of sale, easements, trust agreements, guarantees, indemnities, licenses and permits and other instruments with respect to any of the foregoing and that the person named above, shall have the authority to delegate in writing all or any part of such authority to such person or persons as he may from time to time deem advisable, the authority so delegated to remain in full force and effect in accordance with the terms of the delegation; and that the person named above, is authorized to revoke in writing the authority of said designated person or persons. GENERAL AUTHORITY RESOLVED, that any and all actions taken by the officers of the Corporation, or any of them, as deemed by such officers to be necessary or advisable to effectuate the transactions contemplated by the foregoing resolutions, whether prior to or subsequent to this action by this Board of Directors, are hereby authorized, approved and ratified, and the taking of any and all such actions and the performance of any and all such things in connection with the foregoing shall conclusively establish such officers' authority therefor from the Corporation and the approval and ratification thereof by this Board of Directors. RATIFICATION OF INDEMNIFICATION AGREEMENT RESOLVED, that the Indemnification Agreement by and between the Walter H. Smith, "Seller ", and the Corporation, David R. Berglund, David Ceccanti, Rosemarie A. Garms, Dennis D. Kooker and Scott D. Morse "Purchasers" dated January 1, 2005 and amended June 2, 2005, attached hereto as Exhibit I, is hereby ratified, confirmed and adopted in all respects. NUMBER OF MEMBERS OF THE BOARD OF DIRECTORS RESOLVED, that the number of directors serving on the Board of Directors shall be seven (7). APPOINTMENT OF DIRECTORS TO FILL VACANCY RESOLVED, that pursuant to Section 9.4 of the Shareholder Agreement the following persons are hereby appointed to fill vacancies on the Board of Directors the Corporation, each for a term expiring on his or her death, resignation or removal from the Board, or the election of a successor to the Board: Ann Meeks Walter Smith CONFIRMATION OF MEMBERS OF THE BOARD OF DIRECTORS RESOLVED, that the following persons hereby comprise the current Board of Directors of the Corporation, each serving for a term expiring on his or her death, resignation or removal from the Board, or the election of a successor to the Board: David R. Berglund David Ceccanti Rosemarie A. Garms Dennis D. Kooker Scott D. Morse Ann Meeks Walter Smith GENERAL BANKING AND SIGNATORY RESOLUTION RESOLVED, that 1. David Ceccanti is hereby authorized to make the following designations by letter signed by him: (a) to designate banks in which accounts shall be maintained by such Corporation; (b) to designate the persons who shall have authority to sign and the persons who shall have authority to countersign checks, drafts or other orders for the payment of money drawn in the name of the Corporation on any and all regular, payroll or other special bank accounts maintained by the Corporation and (c) to designate This consent may be signed in counterparts. Date Signed: March 8, 2006 Date Signed: March 8, 2006 Date Signed: March 8, 2006 Date Signed: March 8, 2006 Date Signed: March 8, 2006 David R. Be .d, Director & Shareholder David Ceccanti, Director & Shareholder Ro_ mary A. Garms, Director & Shareholder ennis D. Kooker, Director & Shareholder . Morse, Director & Shareholder ACTIVE CONSTRUCTION, WC UBI Number 273001533 Category REG Profit/Nonprofit Profit Active /Inactive Active State Of Incorporation WA WA Filing Date 12/31/19613 Expiration Date 12/31/2017 Inactive Date Duration Perpetual Registered Agent Information Agent Name • DAVID CECCANTI Address 5110 RIVER RD E City TACOMA State WA 218 984430000 Special Address Information Address PO 8OX 430 City PUYALLUP State WA Zip 983710000 Governing rentms (as defined in RON2+.96.105(12)(ha WaPP1Pa w W/ defat ('CEe.Zt4i1O5)) Tide Name Address Governor GARMS, R05EMARIE A 1412151ST AVE NW GIG HARBOR, WA 98332 Registered: CITY OF �... Federal Way BUSINESS REGISTRATION License Number 20- 17- 101998 -00 -BL Non - Resident Business ACTIVE CONSTRUCTION INC 5110 RIVER RD E TACOMA WA Expires: 12/31 /2017 Category: 1500 - Contractors- General Building Conditions: 1. This license is non - transferable. 2. Please notify the City Clerk's office of any change in your business such as a new location or business name. OF q� Z.i cORPORAIt - SEA. 4sHING This certifies that the above entity has been issued the registration or license listed. City of Federal Way - Licensing FEDERAL WAY WA 98003 ACTIVE CONSTRUCTION IN PO BOX 430 PUYALLUP WA 98371 Nohow otzvErmie City Clerk, City of Federal Way RECEIVED MAY 08 2017 ACI IA Federal Way CITY OF WASHINGTON e- Permits HOME Terms & Conditions PUBLIC INFORMATION Locate a Business Permits Information Issued Permits Contractor Search REGISTERED USERS Apply for Permit View My Permits Request Inspection New Registration Update Registration Login ID 17 101998 000 00 BL Number Pre. 5110 Reference File Name RIVER Description Business Registration Street Desc. Org. Name Applicant ACTIVE CONSTRUCTION INC Info. Desc. Business Ownership Type S.I.C. Code Number of Full -Time Employees in City Business Phone Number Number of Part -Time Employees in City Date Business To Start in FW LIC- BUSINESS LIC. (1530) Process Description Application Received - BL Application Routing Planning Review Pre - Issuance Processing - BL Fee Desc. Status Closed Closed Closed Closed OUR COMMUNITY PERMIT /BUSINESS DETAILS Work Type Sub Type Non - Resident Business Services Name ACTIVE CONSTRUCTION INC PROPERTY DETAILS Street Dir Suite Suite City Type Type Number RD E TACOMA PEOPLE DETAILS Address 5110 RIVER RD E BUSINESS INFO Corporation 1500 - Contractors- General Building 0 2532481091 0 Apr 25, 2017 PERMIT /LICENSE FEE(S) PROCESSES AND NOTES Schedule Date May 02, 2017 May 02, 2017 May 02, 2017 May 02, 2017 Start Date May 02, 2017 May 02, 2017 May 02, 2017 May 02, 2017 Back Status Application Date Open May 02, 2017 State Zip WA City TACOMA Value Fee Amount End Date May 02, 2017 May 02, 2017 May 02, 2017 May 02, 2017 II • Issue Date May 02, 2017 Legal Desc Expiration Date Dec 31, 2017 State Zip Phone# WA (253)248 -1091 580.00 Assigned Staff Robyn Buck (253-835-2527) Robyn Buck (253- 835 -2527) Robyn Buck (253-835-2527) Robyn Buck (253-835-2527) Balance SO.00 # of Attempts 0 0 0 0 © ©0 Etal Nome 1 Print I Email I Contact Us I Employee Resources I Copyright Notices 1 Accessibility 1 Sitemap I Translate 33325 81h Ave. South, Federal Way, WA 98003, 253- 835 -7000 I Powered by CivicPlus 1 1 CITY OF � Federal Way ORIGINAL CONTRACT # 1 of 3 CITY CLERK 1 BID AND CONTRACT DOCUMENTS ' AND ' SPECIFICATIONS FOR 1 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements Federal Aid No. CM- 1001(004) RFB # 17 -004 City of Federal Way ' Public Works Department 33325 Eighth A venue South Federal Way, WA 98003 1 1 1 1 CITY OF MP...''".'..%114••+` Federal Way BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements Federal Aid No. CM- 1001(004) RFB # 17 -004 City of Federal Way Public Works Department 33325 Eighth A venue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements RFB # 17 -004 Bids Accepted Until 9:00 a.m., April 19, 2017 Bids Opened 9:10 a.m., April 19, 2017 AT: City of Federal Way Hylebos Conference Room (2nd Floor) 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: MacKay + Sposito, Inc. 33400 8th Avenue S, Suite #130 Federal Way, WA 98003 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 2 RFB # 17 -004 March 2017 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 ATTACHMENT A: NO BID RESPONSE FORM 21 ATTACHMENT B: BID FORM 22 ATTACHMENT C: BID SCHEDULE 24 ATTACHMENT D: BID SIGNATURE PAGE 27 ATTACHMENT E: BID BOND FORM 28 ATTACHMENT F: SUBCONTRACTOR LIST 29 ATTACHMENT G: NON - COLLUSION DECLARATION & NOTICE TO ALL BIDDERS 30 ATTACHMENT H: DBE UTILIZATION CERTIFICATION 31 ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT 33 ATTACHMENT J: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 34 ATTACHMENT K: PUBLIC WORKS CONTRACT 35 EXHIBIT A: NOTICE OF COMPLETION 48 EXHIBIT B: CONTRACT CHANGE ORDER AGREEMENT 50 EXHIBIT C: NOTICE OF NONDISCRIMINATION IN EMPLOYMENT 52 EXHIBIT D: CERTIFICATE(S) OF INSURANCE 53 EXHIBIT E: PERFORMANCE /PAYMENT BOND 54 EXHIBIT F: TITLE VI ASSURANCES 57 AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES SPECIAL PROVISIONS BLUE PAGES APPENDIX A: FHWA 1273 YELLOW PAGES APPENDIX B: PREVAILING WAGES AND BENEFIT CODE KEY PINK PAGES APPENDIX C: WSDOT STANDARD PLANS WHITE PAGES APPENDIX D: FEDERAL WAY STANDARD DETAILS WHITE PAGES City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 3 RFB # 17 -004 March 2017 PUBLIC NOTICE - REQUEST FOR BIDS 21ST AVENUE S (S 320TH ST TO S 316TH ST) PEDESTRIAN IMPROVEMENTS RFB # 17 -004 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through April 19, 2017, at 9:00 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 9:10 a.m. on said date will not be considered. BID OPENING: All bids will be opened and read publicly aloud at 9:10 a.m. on April 19, 2017, at Hylebos Conference Room (2nd Floor, City Hall), 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: Construction of sidewalk, retaining wall, decorative street illumination, landscaping, and irrigation improvements on the west side of 21st Avenue S (from north of S 320th Street to S 316th Street). 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. 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. BID DOCUMENTS: Free -of- charge access to project bid documents (plans, specifications, addenda, and Bidders List) is provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full /partial plan sets from numerous reprographic sources, and a free online digitizer /take -off tool. It is recommended that Bidders "Register" in order to receive automatic e -mail notification of future addenda and to place themselves on the "Self- Registered Bidders List." Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on -line plan for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258 -1303 should you require assistance with access or registration. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 4 RFB # 17 -004 March 2017 An informational copy of plans, specifications, and addenda are also available for viewing only at the Public Works Department, Federal Way City Hall, 33325 8th Avenue South, Federal Way, Washington. The City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d -4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally- assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women -owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. The Contractor will be required to comply with all local, State, and Federal laws and regulations pertaining to equal employment opportunities. The City anticipates awarding this project to the successful bidder and intends to give Notice to Proceed as soon as the Contract and all required associated documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under this project within the specified 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 Dates of Publication: day of , 2017. Daily Journal of Commerce: March 29, 2017 April 5, 2017 Federal Way Mirror: March 31, 2017 April 7, 2017 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 5 RFB # 17 -004 March 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. [g/ Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. [r' Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. :ay Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. Q" 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. Qr Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may /may not apply). Non - Collusion Declaration and Notice to All Bidders (Attachment G) Failure to return this Declaration as part of the bid proposal package will make this bid non- responsive and ineligible for award. Er DBE Utilization Certification (Attachment H) This form demonstrates how the bidder will meet the DBE Condition of Award. [V DBE Written Confirmation Document (Attachment I) Complete this form for every DBE listed on the DBE Utilization Certification. The "Description of Work" and "Amount to be Applied Toward Goal" must match between DBE Utilization Certification and the DBE Written Confirmation Document or your bid may be rejected. EW Proposal for Incorporating Recycled Materials (Attachment J) This form shall be filled in and 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. mv Contractor's State Identification Numbers The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 6 RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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: E. Public Works Contract (Attachment K) The successful bidder will fully execute and deliver to the City the Public Works Contract ('Contract ") from these Bid Documents. ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit C) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous places available to employees or applicant for employment. ❑ Certificate of Insurance (Exhibit D) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. ❑ Performance /Payment Bond (Exhibit E) The successful bidder will provide a fully executed Performance /Payment Bond as 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 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 7 RFB # 17 -004 March 2017 SECTION 1: INSTRUCTIONS TO BIDDERS 1 -1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 9:00 a.m. local time on April 19, 2017, 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 8th Avenue S, Federal Way, Washington, 98003 -6325, and will be publicly opened and read aloud in the Hylebos Conference Room (2nd Floor, City Hall) on April 19, 2017, at 9:10 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 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 8 RFB # 17 -004 March 2017 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 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 9 RFB # 17 -004 March 2017 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 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 10 RFB # 17 -004 March 2017 whether the bidder is responsible. The bidder must meet the following bidder responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 1. Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable: i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 2. Supplemental Bidder Responsibility Criteria a. The bidder shall not have a record of excessive claims filed against the retainage, payment, or performance bonds for public works projects during the previous three years, that demonstrate a lack of effective management by the bidder of making timely and appropriate payments to its subcontractors, suppliers, and workers, unless there are extenuating circumstances acceptable to the City. b. The bidder shall have a reasonable history of successfully completed projects of a similar size and scope as required by the contract documents for this project. The City will evaluate whether the projects were "successfully completed" and of a "similar size and scope." c. The bidder shall have evidence that it is able to begin and complete the work, and complete it in a timely fashion. 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B)(2) above, the apparent low bidder must submit the following documentation to the City within 48 hours of the bid opening. The City reserves the right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this project and include information about each project, including the following: the owner and contact information for the owner; the awarded contract amount; the final contract amount; a description of the scope of the project and how the project is similar to this project; the bidder's assessment of its performance of each project. The information should include any information City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 11 RFB # 17 -004 March 2017 regarding performance in the following areas; quality control; safety record; timeliness of performance; use of skilled personnel; management of subcontractors; availability of and use of appropriate equipment; compliance with contract documents; management of submittals process, change orders, and close -out. c. The bidder shall furnish acceptable evidence of the bidder's current ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the bidder's ability to obtain the necessary personnel. 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B)(2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1- 20(B). The City will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form. The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, certificate of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. 1 -15 Procedures When Only One Bid is Received In the event only a single responsive bid is received, the City reserves the right to conduct a price and /or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. 1 -16 Bid Documents Bidders are required to submit with the bid package the following: a. AttachmentA — No Bid Response Form, if applicable. b. Attachment B— Bid Form. c. Attachment C— Bid Schedule. d. Attachment D— Bid Signature Page. e. Attachment E— Bid Bond Form. f. Attachment F— Subcontractor List. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 12 RFB # 17 -004 March 2017 g. Attachment G— Non - Collusion Declaration & Notice to All Bidders. h. Attachment H — DBE Utilization Certification i. Attachment — DBE Written Confirmation Document j. Attachment.] — Proposal for Incorporating Recycled Materials k. Contractor's Certificate of Registration I. Contractor's State Identification Numbers 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 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 13 RFB # 17 -004 March 2017 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 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 E) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100 %) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance /Payment Bond (Exhibit E) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. 1 -20 Bid Dispute A. Any actual or prospective bidder, including sub - contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 14 RFB # 17 -004 March 2017 the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Federal Way 33325 8th Avenue S Federal Way, Washington 98003 Attention: Bid Protest — 21st Ave S (S 320th St to S 316th St) Pedestrian Improvements RFB # 17 -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 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 J. 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 J. 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. City of Federal Way RFB # 17 -004 21st Ave S Pedestrian Improvements Page 15 March 2017 RFB ver. 4 -16 2 -3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: The City's Request for Bid; Instructions to Bidders; General Contractual Terms and Conditions; Bid Form; Bid Schedule; Bid Signature Page; Bid Bond; Subcontractor List; Non - Collusion Declaration & Notice to All Bidders; DBE Utilization Certification; DBE Written Confirmation Document; Proposal for Incorporating Recycled Materials; Public Works Contract; Notice of Completion attached as Exhibit A; Contract Change Order Agreement attached as Exhibit B; Notice of Nondiscrimination in Employment attached as Exhibit C; Certificate(s) of Insurance attached as Exhibit D; Performance /Payment Bond attached as Exhibit E; Title VI Assurances attached as Exhibit F; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction; Amendments to the Standard Specifications; Contract Special Provisions; Addenda and Change Orders; FHWA 1273 attached as Appendix A; Prevailing Wage Rates attached as Appendix B; WSDOT Standard Plans attached as Appendix C; Federal Way Standard Details attached as Appendix D; 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. However, no claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order form from the City or after giving City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 16 RFB # 17 -004 March 2017 the City the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. 2 -6 Work and Materials Omitted The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the contract and the value of the omitted work and materials will be deducted from the contract price and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 2 -7 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State sales taxes and all other governmental taxes, assessments and charges. 2 -8 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2 -9 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 2 -10 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2 -11 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform 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. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 17 RFB # 17 -004 March 2017 2 -12 Hazardous Chemical Communication In order to comply with WAC 296 -62 -054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 2 -13 Delivery and Liquidated Damages Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with the Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. 2 -14 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2 -15 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data "), shall be vested in the City or City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 18 RFB # 17 -004 March 2017 such other local, state or federal agency, if any, as may be provided by separate contract with the City. All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2 -16 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2 -17 Disagreements, Disputes, Claims, and Appeals If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, the Contractor shall follow the procedures outlined in Standard Specification Sections 1 -04.5 and 1- 09.11, which are incorporated by this reference. By failing to follow the procedures of Sections 1 -04.5 and 1- 09.11, the Contractor completely waives any claims for protested Work. Any claims or causes of action shall be brought only in the Superior Court for King County, Washington. 2 -18 Recycled Products The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 19 RFB # 17 -004 March 2017 In the event this RFB covers the sale of product to the City that is capable of containing recycled materials, Contractor is hereby advised that the City intends to procure products with recycled content, pursuant to the recycled content notice delivered with these bid documents. Contractor shall certify the percentage of recycled content and products sold to the City, including a percentage of post- consumer waste that is in the product. This certification is required to be in the form of a label on the product or a statement by the Contractor attached to the bid documents. The certification on multi - component or multi - material products shall verify the percentage and type of post- consumer waste and recycled content by volume contained in the major constituents of the product. The Contractor agrees to grant the City, as a procuring agency, permission to verify the certification of recycled content by review of the bidder's or manufacturer's records as a condition of any bid award, in the event of a bidder's protest, or other challenge to the bid accepted. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 20 RFB # 17 -004 March 2017 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 your firm being removed from the City's master bidder's mailing list. Bid Number: RFB No. 17 -004 Bid Title: 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements ❑ 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: Phone: Signature Date Name (Type or Print) Title City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 21 RFB # 17 -004 March 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT B: BID FORM CITY OF FEDERAL WAY 21ST AVEN//U}}ES (S 320TH ST TO S 316Th ST) PEDESTRIAN IMPROVEMENTS Bidder: /461-11/6 (,�ONS'Tj2G(C77OA) JA . Date: ITf /9//7 ITEM BID AMOUNT A) Schedule A Roadway Improvements $ 695 605- `° TOTAL BID AMOUNT (including Washington State sales tax, all other government taxes assessments and charges) $ 695 605- o0 To City Council Members City of Federal Way 33325 8th Ave South Federal Way, Washington 98003 Pursuant to and in compliance with your advertisement for bids for construction of 21st Ave S (S 320th St to S 316th St) Pedestrian 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 21st Ave S (S 320th St to 5 316th St) Pedestrian Improvements, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above - referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not Tess 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 21st Ave 5 (S 320th St to S 316th St) Pedestrian 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 130A30 Dollars ($ 5 % 8 ID ) 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 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 22 RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Addendum No. Date Issued: Li — 11 Addendum No. Date Issued: Addendum No. Date Issued: Oa. 116-rive Coius-Trat 77olo Corporation Firm Name (Delete Two) AC- i(-Ve -1(4 -IL-- Bidder's State License No. ignature C-215 -DD /-C.33 f?q s Bidder's State Tax No. Title City of Federal Way 21st Ave S Pedestrian Improvements RFB ver 4-16 Page 23 RFB # 17 -004 March 2017 lirovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT C: BID SCHEDULE CITY OF FEDERAL WAY 21ST AVE S (S 320Th ST TO S 316Th ST) PEDESTRIAN IMPROVEMENTS Unit prices for all items, all extensions, and the total amount of the bid must be shown. Enter unit prices in numerical figures only in dollars and cents, i.e. to two (2) decimal places (including for whole dollar amounts). All figures must be clearly legible. cable sales tax. SCHEDULE A: ROADWAY IMPROVEMENTS NOM SfREfC ITEM DESCRIPTION QTY UNIT pRicE AMOUNT 1 1 -04 Unexpected Site Changes FA 1 $15,000.00 $15,000.00 2 1 -05 Structure Surveying LS 1 cw . °o Soo 00 3 1 -05 Roadway Surveying LS 1 6 00 6, oco ov 4 1 -05 Record Drawings (Min. bid $500) LS 1 / 250 00 /1 2�0 av 5 1 -07 SPCC Plan LS 1 /00. o° /CO 00 6 1 -09 Mobilization LS 1 $053.`° G53. o0 7 1 -10 Traffic Control Supervisor LS 1 f °O /, ' 8 1 -10 Flaggers HR 760 61 od 943A" 2 w io. °° _____1 4000,00 S 5-5-0. ov 9 1 -10 Other Traffic Control Labor HR 40 6/, 00 10 1 -10 Other Temporary Traffic Control LS 1 4000,00 37 00 11 1 -10 Construction Signs Class A SF 150 12 2 -01 Clearing and Grubbing LS 1 Li/ ls"p w L 1250.00 13 2 -01 Roadside Cleanup FA 1 $5,000.00 $5,000.00 14 2 -02 Removal of Structures and Obstructions LS 1 s w 2 i 2,5; o0 j az 15 2 -02 Sawcutting LF 1000 3 °V 3 l v° 16 2 -03 Roadway Excavation Incl. Haul CY 245 5-0 .64, 12 ?co. ov City of Federal Way 21st Ave S Pedestrian Improvements RFB ver 4 -16 Page 24 RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 17 4-04 Crushed Surfacing Top Course TN 150 CO (2° 9 OCO- °D 18 5-04 Commercial HMA TN 5 ZOO, °`' /2 SO, °° 19 6 -13 Modular Block Wall SF 2200 L/0 00 ye/000, oo G t� vca 20 7 -01 Drain Pipe 6 In. Diam. LF 200 3 RD 21 7 -05 Catch Basin Type 1 EA 1 mv UO "1 g v nb 22 8 -01 Inlet Protection EA 12 75- oo GY2 cc) 23 8 -01 Erosion/Water Pollution Control LS 1 / o° / ov 24 8 -02 Tree Grates EA 11 /coo. 00 / 4 b ` 5-0„2 o0 25 8-02 PSIPE, Pyrus Calleryana var. 'Capital' or 'Redspire', 2-1/2" cal. EA 11 550 0o 6 Oco• 26 8 -02 PSIPE Prunus Laurocerasus (Otto Luyken Laurel) 5 Gal Containers EA 42 a� 2 �� 00 27 8 -02 Root Barrier LF 220 20. cv q 1/60 vo 28 8 -02 Bark Mulch CY 30 %D 00 2 1 700 ov 29 8 -02 Seeded Lawn SY 40 2g go / I yi ou 30 8 -02 Property Restoration FA 1 $5,000.00 $5,000.00 31 8 -03 Automatic Irrigation System Complete LS 1 /2 t w /7f an 32 8 -04 Extruded Curb LF 510 q oo £/ 59o, ° 33 8 -06 Cement Conc. Driveway SY 160 1 vu r /6 OW ao 34 8 -12 Black Vinyl Coated Chain Link Fence LF 650 Lf p oo Z c noo o0 35 8 -14 Cement Conc. Sidewalk SY 1400 3R,00 53 2c 36 8 -14 Cement Conc. Curb Ramp EA 3 0, 500 av 7 5-00 v° 37 8 -14 Thickened Edge Sidewalk LF 130 ov (0 qcv ve i 38 8 -20 Decorative Illumination System, Complete LS 1 l � ao � [( pOD, °' City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4-16 Page 25 RFB # 17 -004 March 2017 II rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 39 8 -20 Festival Outlet System, Complete LS 1 1/0 009,07 tip 000 . °D 40 8 -21 Permanent Signing LS 1 I! co / 00 00 41 8 -22 Plastic Crosswalk Line SF 200 9 ct, / 000 coo , 1 42 8 -31 Potholing FA 1 $10,000.00 $10,000.00 43 8 -31 Resolution of Utility Conflicts FA 1 $15,000.00 $15,000.00 i . A V/.,. Ls City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4-16 Page 26 TOTAL = 6g5;6r95, RFB # 17 -004 March 2017 Ilkrovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ATTACHMENT D: BID SIGNATURE PAGE Date: q" rq The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services pursuant to the 21st Ave S (S 320th St to S 316th St) Pedestrian Improvements and comply with all other terms and conditions of the contract and bid documents of RFB 17 -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. eORF Corporation /Partn ershrp/dtta} (Delete Two) City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 46nv - t 7 1c,7crn .j',e- By (Signature) 04v/D e - -4 U7-/ Company (Printed Name) Its: >tS /f%E -107 (Title) 51/0 I /V 2- 7 6orn#q GOA 90z/1/3 (Address) Page 27 2i3'3.'!S . /o, / (Telephone Number) RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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, Active Construction, Inc. 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 Percent (5 %) of Bid Amount 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: 21ST AVE S (S 320TH ST TO S 316TH ST) PEDESTRIAN IMPROVEMENTS 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 19th DAY OF Ut irk . • •'0 ..,.I I(0,.% April , 2017 Active Construction, Inc. Surety Carley ?pi_ Atteitteolf tn -Fact Date: - 0? ...,, 4 Received return of deposit in the sum of $ ' , 1 . '" 4 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 28 RFB # 17 -004 March 2017 ' 1 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 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher except in the manner and to the extent herein stated. Certificate No. 7659283 Insurance Company organized under the laws of the State of New Hampshire, that and West American Insurance Company is a corporation duly herein set forth, does hereby name, constitute and appoint, Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter J. Comfort 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 other surety obligations, in pursuance of these presents and shall Companies in their own proper persons. and the corporate seals of the Companies have been affixed The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West merican Insurance Company A� o and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies thereto this 9th day of March 2017 To confirm the validity of this Power of Attorney call 1- 610 - 832 -8240 between 9:00 am and 4:30 pm EST on any business day. am elm NINO fortgampotelm, le f cry am in currency rate, interest rate or residual value guarantees. Y INS() v %NSli,gQ ,aiNSU; . PRilp'Pl �reimeN =, 4 :: ��rw:s . > 0 1919 o r 1912 Y 1991 na - • * 1 + *., ti:.mr''` �aa l' tArHUSf� r� rgv,rnn ty STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 9th day of March , 2017 before me personally appeared David M. Carey, who acknowledged David M. Care ; Assistant Secretary himself to be the Assistant Secretary of Liberty Mutual Insurance so to do. execute the foregoing instrument for the purposes on the day and year first above written. �� ��/�) �//�'' /.1,4 By L Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized 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 seal at King of Prussia, Pennsylvania, Sp PAST COMMONWEALTH OF PENNSYLVANIA We x_.00,4 4`<< 1 Notarial Seal ° s 7• i Teresa Pastella. Notary Public OF Upper MenonTwp.. Montgomery County ��4 My Commission Expires March 28, 2021 Teresa Pastella, Notary Public of The Ohio Casualty Insurance Company, Liberty Mutual as follows: purpose in writing by the Chairman or the President, and subject to act in behalf of the Corporation to make, execute, seal, -in -fact, subject to the limitations set forth in their respective and to attach thereto the seal of the Corporation. When so or authority granted to any representative or attorney -in -fact under granting such power or authority. for that purpose in writing by the chairman or the president, may be necessary to act in behalf of the Company to make, execute, Such attorneys -in -fact subject to the limitations set forth in their and to attach thereto the seal of the Company. When so David M. Carey, Assistant Secretary to appoint such attomeys -in- any and all undertakings, bonds, recognizances and other surety mechanically reproduced signature of any assistant secretary of the surety bonds, shall be valid and binding upon the Co(npany with R*"E Insurance Company, and West Amen )nsurance• ComrCiS, do executii. •y said Companies, futI4ce and effect' ` ; of 1 (' 20 • �jq� w,o[�G Member. Pennsylvania Association of Notaries W This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading ARTICLE IV - OFFICERS - Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments 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 fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with the same force and effect as though manually affixed. Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual hereby certify that the original power of attomey of which the foregoing is a full, true and correct copy of the Power of Attorney has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day In arr y� \ ■ 1 / ter `- "(F /Q1_11`�� 1/�— _,,,� By: \,Sr INS o,,9 INSUq ‘ ;Nitr � JRYfg; 7 y� P'' 9: �. 1Jni'.iU77� µ vU'Q4 T J .. w rw n x q i 91 o r 1912 ` 1991 D . '.1114.,t,;..- y ,5 ;y Renee C. Llew 'ssistant east ey 345 of 800 LMS 12873 022017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT F: SUBCONTRACTOR LIST Local Agency Name 1 OP FE!TL ! Local Agency Address 33325- elk Ale Sou.-riy E1?1?L 1 y) 6On 98aa3 Local Agency Subcontractor List Prepared in compliance with RCW 39 30.060 as amended To Be Submitted with the Bid Proposal Project Name 21 " Am- S. t 5712 4A) 7-02/1120115 nt-AR (5.32D" 9T -tb 5. 310- Sr) Failure to Ilst subcontractors with whom the bidder, If awarded the contract, will directly subcontract for performance of the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.108 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non - responsive and therefore void. Subcontractor(s) with whom the bidder will directly subcontract that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18 106 RCW, and electrical as described in Chapter 19.28 RCW mut be listed below. The work to be performed is to be listed below the subcontractor(s) name • 1 1 1- • • 1 • •1- • 11 • - -a• • Y • • • 1• subcontractor is listed below to ocrform such work. the bidder certifies that the work will either (il be performed by the bidder itself. oc, jqj be performed by a lower tier subcontractor who will not contract directly with the bidder, Subcontractor Name Work to be Performed bt157 6.57`- s4,1a/ a ,chit Subcontractor Name l�Q �1 oro. W9 Work to be Performed rJ Subcontractor Name N �✓ K f /20A Work to be Performed ,%%tg/Jgf Subcontractor Name Work to be Performed Subcontractor Name Work to be Performed ' udder's are notified that is the opinion of the enforcement agency that PVC or metal conduit, junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. SR City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4-16 Page 29 DOT Form 271 -016A EF Revised Oa/2012 RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT G: NON - COLLUSION DECLARATION & NOTICE TO ALL BIDDERS Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON - COLLUSION DECLARATION 1, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1 That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call 1-800 -424 -9071 The U.S. Department of Transportation (USDOT) operates the above toll -free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 30 DOT Form 272 -0581 EF 0712011 RFB# 17 -004 March 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agra.menl. see www.bxwa.com - Always Verify Scal 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT H: DBE UTILIZATION CERTIFICATION � Washington State W/ Department of Transportation Disadvantaged Business Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification, The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the Instructions on Page 2 when filling out this form or the Bid may be rejected. An example form has been provided on Page 3. The successful Bidder's DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: AC- -(11VE ('. it.'T12.)40nD%1 .1- certifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with nnaanmedd DBEs. (If necessary, use additional sheets.) Box 2: 21 Av6NU e. S pr - ein �iAPer cg76,ud Column 1 Name of DBE (See instructions) Column 2 Project Role (See instructions) Column 3 Description of Work (See instructions) Column 4 Amount Subcontracted to DBE (See instructions) Column 5 Amount to be Applied Towards Goal (Sea instructions) l4firzs ees 5G.i /mac„ �,s c1/7,-f S7 � °° 5 205 ,-., . - 566 ,k / s ?. °4' / 5 co TiN+r`sAt 5 4,4 72?-... c,k ii voo. " 9 o, ° Disadvantaged Business Enterprise ZEfZ, '° Total DBE Commitment t�G /vim. Condition of Award Contract Goal Box 3 Box 4 5(� B checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1 -02.9 of the Contract DOT Form 272.066 Revised 07/2016 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 31 RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT AIM An Washington State r Department of 'Transportation Disadvantaged Business Enterprise (DBE) Written Confirmation Document See Contract Prlsisiun,: T)(3(: Duclrrnent Submittal Reguiremenls Drsadvantagcd Business Entcsr }mrL a Condition of Award Partrcrpuhon THIS FORM SHAH . ONI V HE SURMI'I'I'h:1) TO A 1)IRE THAT IS LISTED ON THE CO'NTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UT1LIZXI'ION CER['IFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART 4: To be completed by the Miler- The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in laid rejection. Contract Title: 21st Avenue S. Pedestrian Improvements (S. 320th St. to S. 316th St.) _ )iidder's Business Name: Active Construction, Inc. DBE's Business Name: Valley Growers Nursery & Landscape Inc. Description of D13E's Work. Landscape Amount to he Applied Towards DBE Goal: $57,205,00 Amount to be Subcontracted to DBE*. $57,205,00 'Optional Field PART I3: To be completed by the Iisuthoutagcd 13uwincss_l nterplrise As an authorized representative of the Disadvantaged Business Enterprise, i confirm that %ie have been contacted by the Bidder with regard to the referenced project for the purpose ofperforining the Work described above. if the Bidder is awarded the Contract_ we will enter into an agreement with the Bidder to participate in the project consistent with the infonnalion provided in the Bidder's Disadvantaged Business Enterprise l Itilization Certification. Name (printed): Signature: Title: Address: DOT Form 422 -031 Revised 072018 ctt3116u/ Btot.44v1 st,�r,�riar /3 1(< 3os7" - 6u ,-10,,E £'c,1 hh a rt( O.< 411 °3e— Disadvantaged 3 Z City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4-16 Page 33 33 Date: %//(1/ /7 RFB # 17 -004 March 2017 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see Www.bxwa.com Always Verify Seal IApr 19 17, 08 :31a Express Ironworks, Inc. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 360- 262 -9996 ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT p.2 s► Washington Disadvantaged Business Enterprise (DBE) all wl/ Department of Transportation Written Confirmation Document See Contract Provisions: Di3F' Document Submitted Requirements Disadvantaged Business Enterprise Condition ofelward Participation THIS FORM SHALL-ONLY BE SUBMITTED 'l () A DBE HAI' IS LISTED ON'I'HR CONTRACTOR'S DISA.DVANT1GED BUSINESS ENTERPRLSE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. P4RT.A _To be complelrrl,bv the bidder The entries below shalt be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization n Cortifieation. Failure to do so will result in Hid rejection. S4— Nee_ . S. PE 4 eS4v - 10 1,, , _p__,a, etv e. -� Contract Title.: Bidder's 13u.sincss Name: itniTIVCi 601057 uerlate 7 . DBE's Business Name: Xk) reSs fir-k_S Description of DBE's Work: Cry.- r-c cot 4-- Amount to be Applied Towards DBE Goal: c ( 4 SD . DO t At) 57)0 Do Amount to be Subcontracted to DBF.* : "When el Field PART E: To be completed by the Disadvantazed Busimcss Enterprise As an authorized representative of the Disadvantaged I3usiness Enterprise, I confirm that we have been contacted by the Kidder with regard to the referenced project for the purpo : of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with ihe Bidder to participate in the project consistent with the information provided in the Bidder's Disadvantaged Business Enterprise Utilization Certification. Name (printed): Signature: Tike: Address: DOT Fore 422 -031 Revised O712016 N44 dIr',‘NIA-61V5-6S- Page City of Federal Way 21st Ave S Pedestrian improvements RFB ver 4-16 33 l)atc: r (it ((i RFB # 17 -004 March 2017 It rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ATTACHMENT I: DBE WRIITTEN CONFIRMATION DOCUMENT Am■ T Disadvantaged Business Enterprise (DBE) I ; was of Transportation Written Confirmation Document See Contract Provisions: DBE Document Submitted Requirements Disadvantaged Business Enterprise Condition ofAward Participation THIS FORM SHAT J , ON Y BF, SUBMI-TTED TO A DBE THAT IS LISTED ON THE CON'TRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: 21st Avenue S. Pedestrian Improvements (S. 320th St. to S. 316th St.) Bidder's Business Narnc: Active Construction, Inc. DBE's Business Name: Tunista Construction Description of DBE's Work: Trucking Amount to be Applied Towards DBE Goal. Amount to he Subcontracted to 1)HE*: "Optional Field $4,000.00 $4,000.00 PART B: To be completed bv the Disadvantaged Business Entcrp>tise As an authorized representative of llie Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate m the project consistent with the information provided in the Bidder's Disadvantaged Business Enterprise Utilization Certification. Name (printed): Signature: Title: Address: DOT Forrn 422 -031 Revised 072016 33%od s4441... se v !-ti Sv. k lac City of Federal Way 21 st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 33 Date: y/j 91/2? RFB # 17 -004 March 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT]: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS s APWA -WA Division 1 Committee rev. 1/8/2016 Proposal for Incorporating Recycled Materials into the Project In compliance with a new law that went into effect January 1, 2016 (SHB1695), the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9- 03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie - breaker, per the APWA GSP in Section 1 -03.9 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project; in accordance with the APWA GSP in Section 1 -06.6 of the Special Provisions. Bidder: Signature of Authorized Official: Date: AGT7v epnLc772bWinor1 TAX- • 4/-0 -/1 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver 4 -16 Page 34 RFB # 17 -004 March 2017 Irovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal O a � - ° et 00 oN o °� eu gzr tu AaO ACTIVE CONSTRUCTION, INC. S7091 ACTIVE CONSTRUCTION. INC. PO BOX 430 PUYALLUP WA 98371 -0162 DETACH BEFORE POSTING 1 1 STATE OF WASHINGTON Corporation ACTIVE CONSTRUCTION, INC 5110 RIVER RD E TACOMA, WA 98443 -2638 BUSINESS LICENSE Unified Business ID #: 273001533 Business ID #: 001 Location: 0001 Expires: Aug 31, 2017 UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE MINOR WORK PERMIT - ACTIVE TAX REGISTRATION - ACTIVE CITY ENDORSEMENTS: GIG HARBOR GENERAL BUSINESS #14 (EXPIRES 12131/2017) - ACTIVE TUMWATER GENERAL BUSINESS #3068 (EXPIRES 12/31/2017) - ACTIVE SUMNER GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE PORT ORCHARD GENERAL BUSINESS #B009655 (EXPIRES 12/31/2017) - ACTIVE OLYMPIA GENERAL BUSINESS #1876 (EXPIRES 12/31/2017) - ACTIVE DUPONT GENERAL BUSINESS #6 (EXPIRES 12/31/2017) - ACTIVE UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE POULSBO GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE FIFE GENERAL BUSINESS - NR (EXPIRES 12/31/2017) - ACTIVE LACEY GENERAL BUSINESS #8076 (EXPIRES 12/31/2017) - ACTIVE DUTIES OF MINORS: Clerical office support LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296- 125 -030 and WAC 296- 125 -033 for non- Agriculural and WAC 296 - 131 -125 for Agricultural guidelines and restricted activities. REGISTERED TRADE NAMES: ACI i This document lists the registrations, endorsements, and licenses authorized for the business named above By accepting this document, the licensee certifies the information on the application was complete, true, and accurate to the best of his or her knowledge, and that business will be / r conducted in compliance with all applicable Washington state, county, and city regulations. Director, Dcp+Hn,Fnr of Revenue :nr:� - - -�7 T- T —T- T. ��- �-fir- i U B I: 273001533 001 0001 ACTIVE CONSTRUCTION, INC. 5110 RIVER RD E TACOMA, WA 98443 -2638 0810002 STATE OF WASHINGTON UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE MINOR WORK PERMIT - ACTIVE TAX REGISTRATION - ACTIVE GIG HARBOR GENERAL BUSINESS #14 (EXPIRES 12/31/2017)- ACTIVE TUMWATER GENERAL BUSINESS #3068 (EXPIRES 12/31/2017) - ACTIVE SUMNER GENERAL BUSINESS (EXPIRES 12/31/2017) - ACTIVE PORT ORCHARD GENERAL BUSINESS #8009655 (EXPIRES 12/31/2017) - ACTIVE OLYMPIA GENERAL BUSINESS #1876 (EXPIRES 12/31/2017) - ACTIVE DUPONT GENERAL BUSINESS 116 DETACH THIS SECTION FOR YOUR WALLET V Expires: Aug 31, 2017 4441.) Director. Department of Revenue Employment Security Department - EAMS - Account Profile Page 1 of 1 Business Profile ACTIVE CONSTRUCTION INC 321915 -00 -0 Federal Identification Number: 91- 0839781 Unified Business Identifier: 273 - 001 - 533 -000 Mailing address: ACTIVE CONSTRUCTION INC P 0 BOX 430 PUYALLUP WA 98371 -0162 Principal business location: 5110 RIVER ROAD EAST TACOMA WA 98443 -2638 Business structure: Corporation Business classification: Taxable Business activity: CONSTRUC WATER,SEWERS & RELATED SITE DEV If you have any questions regarding this information, contact your District Tax Office (DTO) at 855 -829- 9243 or OlympiaAMC @esd.wa.gov. Note: The data above Is current as of 06/11/2014. https:// secureaccess. wa. gov/ esd /eams /accountprofile.aspx ?DT =1 6/11/2014 ATTACHMENT K: PUBLIC WORKS CONTRACT FOR 21ST AVE S (S 320TH ST TO S 316TH ST) PEDESTRIAN IMPROVEMENTS I THIS PUBLIC WORKS CONTRACT ("Contract ") is dated effective this o° S riay of , 2017 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner "), and Active Construction, Inc., a Washington Corporation ("Contractor'). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the 21st Ave S (S 320th St to S 316th St) Pedestrian Improvements, located at Federal Way, Washington ("Property"); and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties ") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the 21st Ave S (S 320th St to S 316th St) Pedestrian Improvements project, including without limitation: sidewalks, retaining wall, decorative street illumination, landscaping, irrigation, and other work ("Work'). Said "Work" shall be in accordance with and as described in the Contract Documents, which include without limitation: The City's Request for Bid; Instructions to Bidders; General Contractual Terms and Conditions; Bid Form; Bid Schedule; Bid Signature Page; Bid Bond; Subcontractor List; Non - Collusion Declaration & Notice to All Bidders; DBE Utilization Certification; DBE Written Confirmation Document; Proposal for Incorporating Recycled Materials; Public Works Contract; Notice of Completion attached as Exhibit A; Contract Change Order Agreement attached as Exhibit B; Notice of Nondiscrimination in Employment attached as Exhibit C; Certificate(s) of Insurance attached as Exhibit D; Performance /Payment Bond attached as Exhibit E; Title VI Assurances attached as Exhibit F; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge, and Municipal Construction; Amendments to the Standard Specifications; Contract Special Provisions; Addenda and Change Orders; FHWA 1273 attached as Appendix A; Prevailing Wage Rates attached as Appendix B; WSDOT Standard Plans attached as Appendix C; Federal Way Standard Details attached as Appendix D; all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. 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 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." City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 35 RFB # 17 -004 March 2017 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 sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 36 RFB # 17 -004 March 2017 supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be 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 "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne 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. 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 prior to acceptance of the Work. 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 Six Hundred Eighty -Five Thousand, Six Hundred Eighty -Five and 00/100 Dollars ($685,685.00), 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. City of Federal Way RFB # 17 -004 21st Ave S Pedestrian Improvements Page 37 March 2017 RFB ver. 4 -16 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 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 inspection, the amount due the Contractor under the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor 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 F. 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. City of Federal Way RFB # 17 -004 21st Ave S Pedestrian Improvements Page 38 March 2017 RFB ver. 4 -16 62 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) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 39 RFB # 17 -004 March 2017 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. 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or 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 City 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: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; City of Federal Way RFB # 17 -004 21st Ave S Pedestrian Improvements Page 40 March 2017 RFB ver. 4 -16 (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 liability and property damage. (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. 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 "D," 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. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 41 RFB # 17 -004 March 2017 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 "E" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 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 Tess 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. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 42 RFB # 17 -004 March 2017 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. 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. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 43 RFB # 17 -004 March 2017 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. 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 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 44 RFB # 17 -004 March 2017 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. 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. City of Federal Way RFB # 17 -004 21st Ave S Pedestrian Improvements Page 45 March 2017 RFB ver. 4 -16 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. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91 -54, as amended, occurs as a result of the formation and /or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. ATTEST: O St✓ep a ie Courtney, CMC, Ci 1 Jerk CITY OF FEDERAL WAY: BY: errel , Mayor 25 8th Avenue South ederal Way, WA 98003 -6325 APPROVED AS TO FORM: J. Ryan Call, City Attorney City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 46 RFB # 17 -004 March 2017 STATE OF WASHINGTON ) ss. COUNTY OF Fi (Ce. ACTIVE CONSTRUCTION, INC.: By: ,. i (Signature) Rosemarie A. Garms (Name) 5110 River Rd E. Tacoma, WA 98443 (253) 248 -1091 On this day personally appeared before me Rosemarie A. Garms, to me known to be the Governor of Active Construction, Inc. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that 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 l qw day of )J\ Lij , 2017. *c P ,11,0'' i G S q Q NoTAR y z i j3; 114* A. PUBUG ,S 2'' ,. ■ • 1.1 0 3 3 0 \C.`f 1 OF WASH``•_ City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 od.k, Saw) (typed /printed name of notary) Notary Public in and for the State of Washington. My commission expires 10-Z0-2u S Page 47 RFB # 17 -004 March 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: EXHIBIT A: NOTICE OF COMPLETION ❑ Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Contractor's UBI Number: Name & Mailing Address of Public Agency IBI Number: Department Ilse Only Assigned to: Date Assigned: mice ix hereby l;n• ett relntire to the completion of contract or project described below Project Name j Contract Number I Job Order Contracting • Yes • No Description of Work Done/Include Jobsite Address(es) Federally funded transportation project? ❑ Yes No (if yes, provide Contract Bond Statement below) is Contractor's Name E -mail Address lfftdavit ID* Contractor Address Telephone # If Retainage is not withheld, g P lease select one of the following K and List Surety's Name & .lend Number. Pavmcnt bond (valid for federally funded transportation ptuja.its) • Retainage Bond ■ Contract Name: Jliond 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 &l release will be granted until all affidavits are listed. Contract Amount Additions ( ) Reductions ( - ) Sub -Total Sales Tax Rate (If venous laces apply, please send a breakdown) Saks Tax Amount $ $ 0.00 TOTAL 5 0 00 Liquidated Damages $ Amount Disbursed $ Amount Retained 5 NOTE: These two totals Durst be equal TOTAL $ 0.00 Comments: Note: The Disbursing Officer must submit this completed notice immediately aflcr acceptance of the work done under this contract. No PAYMENT SI IA1.1. 1311 MAIM. 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: Title: Phone Number: rla Department of Revenue CPublic Works Section (360)704 -5650 PWCQdor.we.geee REV 31 0020e (10126f15) 1,215- 038 -000 10-2 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Waanomtton Star Department cif Labor & Industries Contract Release (855) 545-8163, option a 4 ContractRel easeraLN I. WA.GOV Reset This Form Page 48 Empioyment Security Registration, inquiry. Standards 6 Coordination Unit (360)902 -9450 pubticwakst§esd.we.gov Print This Form RFB # 17 -004 March 2017 Addendum A: Please List all Subcontractors and Sub -tiers I3elow This aciclenclum can be submitted in other formals. Provide 'mown affidavits at this time. No L'iti release mill he eranted until all affidavits are Iisled. Subcontractor's Name: I FBI Number: (Required) AlTidavit 11)* For tax assistance or to request this document in an alternate format, please call 1 -800- 647 -7706. Teletype (TT Y1 users may use the Washington Relay Service by calling 711. REV 31 0020e Adclenchnn (10/26/15) 1215 -031i- 000 10 -2014 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 49 RFB # 17 -004 March 2017 EXHIBIT B: 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? If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No ❑ 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 applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S DEPT. DIRECTOR /MANAGER DATE SIGNATURE SIGNATURE City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 50 RFB # 17 -004 March 2017 DEPARTMENT RECAP TO DATE: *Adjustments: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY PAY THIS ADJUSTED AMOUNT City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 ❑ INCREASED $ ❑ DECREASED $ $ DEPARTMENT DIRECTOR'S SIGNATURE Page 51 RFB # 17 -004 March 2017 EXHIBIT C: NOTICE OF NONDISCRIMINATION IN EMPLOYMENT TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS TO: ALL EMPLOYEES AND TO: lK • _ e•rs L •• .,j • (Name of Union or Organization) The undersigned currently holds contract(s) with the City of Federal Way involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Christine 3. Mullen, P.E. City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Page 52 ACTIVE CONSTRUCTION, INC. 5110 River Road E Tacoma, WA 98443 1,7 (i,:z k 2-144-6 (Co tractor or subcontractor signature) Mach ZD {1 Date RFB # 17 -004 March 2017 EXHIBIT D: CERTIFICATE(S) OF INSURANCE City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 53 RFB # 17 -004 March 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Client#: 142662 ACTICONS3 ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE (MM /OD/YYYY) 4/20/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CONTACT Anna Reid PHONE 800 499 -0933 FAX (A/C, No, Ext): (A/C, No): 866 577 -1326 E -MAIL anreid r0 Itnsurance.com ADDRESS: na. @P Pe INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Valley Forge Insurance Company 20508 INSURED Active Construction Inc PO Box 430 Puyallup, WA 98371 -0162 INSURER B : Continental Casualty Company 20443 INSURER c National Fire Ins Co of Htfd 20478 INSURER D $1,000,000 INSURER E : $500,000 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE INsR WUVD POUCY NUMBER (MMMILDDY�) (MMM/LDD� UMRS A GENERAL X LIABILITY COMMERCIAL GENERAL LIABILITY X X 5093447379 06/15/2016 06/15/2017 EACH OCCURRENCE $1,000,000 PREMISES (Ea acourrence) $500,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) $15,000 X PD Ded:5,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE POLICY X LIMIT APPLIES PRO T JEC PER: LOC PRODUCTS - COMP /OP AGG $ 2,000,000 $ C AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS X SCHEDULED AUTOS NON -0WNED AUTOS X X 5093447351 06/15/2016 06/15/2017 (E°MaBI SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 5093447365 06/15/2016 06/15/2017 EACH OCCURRENCE $9,000,000 $9,000,000 $ AGGREGATE DED X RETENT ON $10000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N /A 5093447379 WA Stop Gap ONLY 06/15/2016 06/15/2017 TORY LIMIT OR E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required) RE ACI Job No. 17 -009 / 21st Avenue S (S 320th St to S 316th St) Pedestrian Improvements. The City of Federal Way, its officers, officials, employees, volunteers, and agents; MacKay + Sposito and its officers, employees, agents, and subconsultants are additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) 1 of 1 #S2674644/M2460759 ©1988 -2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KTROO This page has been left blank intentionally. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CNA Contractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. TABLE OF CONTENTS 1. Additional Insureds 2. Additional Insured - Primary And Non- Contributory To Additional Insured's Insurance 3. Bodily Injury — Expanded Definition 4. Broad Knowledge of Occurrence/ Notice of Occurrence 5. Broad Named Insured 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability - Railroads 8. Electronic Data Liability 9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury — Exception for Reasonable Force 11. General Aggregate Limits of Insurance — Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures /Partnership /Limited Liability Companies 15. Legal Liability — Damage To Premises / Alienated Premises / Property In The Named Insured's Care, Custody or Control 16. Liquor Liability 17. Medical Payments 18. Non -owned Aircraft Coverage 19. Non -owned Watercraft 20. Personal And Advertising Injury — Discrimination or Humiliation 21. Personal And Advertising Injury - Contractual Liability 22. Property Damage - Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation — Blanket 26. Wrap -Up Extension: OCIP CCIP, or Consolidated (Wrap -Up) Insurance Programs CNA74705XX (1 -15) Page 1 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement, provided such contract or agreement: (1) is currently in effect or becomes effective during the term of this Coverage Part; and (2) was executed prior to: (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, for which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement; or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A. through H. below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. A. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. such person or organization's financial control of a Named Insured; or 2. premises such person or organization owns, maintains or controls while a Named Insured leases or occupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. B. Co -owner of Insured Premises A co -owner of a premises co -owned by a Named Insured and covered under this insurance but only with respect to such co- owner's liability for bodily injury, property damage or personal and advertising injury as co -owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land Any person or organization from whom a Named Insured leases and but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. CNA74705XX (1 -15) Page 2 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement E. Lessor of Premises An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage, or the offense giving rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. F. Mortgagee, Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance, or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions — Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. the following hazards in connection with premises a Named Insured owns, rents, or controls 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, hoistaway 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; or 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a. Bodily injury, property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision; or b. Bodily injury or property damage included within the products - completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury caused by: a. the Named Insured's acts or omissions; or b. the acts or omissions of those acting on the Named Insured's behalf, CNA74705XX (1 -15) Page 3 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products - completed operations hazard. 2. ADDITIONAL INSURED - PRIMARY AND NON - CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. 3. BODILY INJURY — EXPANDED DEFINITION Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following: Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury, sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE Under CONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended to add the following provisions: A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim. 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part; or b. by reason of a Named Insured creating or acquiring the organization during the policy period, qualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or narrower than that provided by this insurance. CNA74705XX (1 -15) Page 4 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation; or B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first occurs after management control ceases; nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing- business -as names (dba) as any Named Insured should choose to employ. 6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusions k. and 1. and replace them with the following: This insurance does not apply to: k. Damage to Your Product Property damage to your product arising out of it, or any part of it except when caused by or resulting from: (1) fire; (2) smoke; (3) collapse; or (4) explosion. I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products - completed operations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) fire; (b) smoke; (c) collapse; or CNA74705XX (1 -15) Page 5 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, smoke, collapse or explosion and is included within the product - completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises, was performed on the Named Insured's behalf by a subcontractor. C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY — RAILROADS With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: 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 to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection, architectural or engineering activities. 8. ELECTRONIC DATA LIABILITY A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: p. Access Or Disclosure Of Confidential Or Personal Information And Data - related Liability Damages arising out of: CNA74705XX (1 -15) Page 6 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (1) any access to or disclosure of any person's or organization's confidential or personal information, including patents, trade secrets, processing methods, customer lists, financial information, credit card information, health information or any other type of nonpublic information; or (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named Insured or others arising out of that which is described in Paragraph (1) or (2) above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD -ROMS, tapes, drives, cells, data processing devices or any other media which are used with electronically controlled equipment. D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: Property damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur at the time of the occurrence that caused it; or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. 9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses' acts, errors or omissions in the conduct of the Named Insured's business. CNA74705XX (1 -15) Page 7 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 10. EXPECTED OR INTENDED INJURY — EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE - PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A, except damages because of bodily injury or property damage included in the products - completed operations hazard; and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B, regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products - completed operations hazard; and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products - completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products - completed operations hazard will reduce the Products - Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. CNA74705XX (1 -15) Page 8 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA Alt Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement 12. IN REM ACTIONS A quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Insuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following: b. This insurance applies to bodily injury provided that the professional health care services are incidental to the Named Insured's primary business purpose, and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence will be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to: i. add the following to the Employers Liability exclusion: This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: Contractual Liability the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. iii. add the following additional exclusions: This insurance does not apply to: Discrimination any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual orientation. Dishonesty or Crime Any actual or alleged dishonest, criminal or malicious act, error or omission. Medicare /Medicaid Fraud any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state or local governmental program. Services Excluded by Endorsement Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: CNA74705XX (1 -15) Page 9 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement add the following definitions: Health care incident means an act, error or omission by the Named Insured's employees or volunteer workers in the rendering of: a. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: a. Physician; b. Nurse; c. Nurse practitioner; d. Emergency medical technician; e. Paramedic; f. Dentist; g. Physical therapist; h. Psychologist; 1 Speech therapist; j. Other allied health professional; or Professional health care services does not include any services rendered in connection with human clinical trials or product testing. ii. delete the definition of occurrence and replace it with the following: Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute a single occurrence; iii. amend the definition of Insured to: a. add the following: • the Named Insured's employees are Insureds with respect to: (1) bodily injury to a co- employee while in the course of the co- employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and (2) bodily injury to a volunteer worker while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. • the Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co- volunteer worker while performing duties related to the conduct of the Named Insured's business; and CNA74705XX (1 -15) Page 10 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO IS AN INSURED. D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased specifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; b. the bodily injury or property damage first occurred after such termination date; and c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company; and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap -up) insurance program, then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision entitled WRAP -UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP -UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap -up) insurance program. 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: This insurance does not apply to: J• Damage to Property Property damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or CNA74705XX (1 -15) Page 11 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care, custody or control of the Insured; (5) That particular part of real property on which the Named Insured or any contractors or subcontractors working directly or indirectly on the Named Insured's behalf are performing operations, if the property damage arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to property damage (other than damage by fire) to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2) of this exclusion does not apply if the premises are your work. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (6) of this exclusion does not apply to property damage included in the products - completed operations hazard. Paragraphs (3) and (4) of this exclusion do not apply to property damage to: i. tools, or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care, custody or control while being used in the Named Insured's operations away from any Named Insured's premises. However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to: a. property at a job site awaiting or during such property's installation, fabrication, or erection; b. property that is mobile equipment leased by an Insured; c. property that is an auto, aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of its exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of premises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. CNA74705XX (1 -15) Page 12 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds $1,000. The Insurer has the right but not the duty to pay any portion of this $1,000 in order to effect settlement. If the Insurer exercises that right, the Named Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of: a. $500,000; or b. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii) of the Other Insurance Condition is deleted and replaced by the following: (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care, custody or control; 16. LIQUOR LIABILITY Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: 7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer will pay under Coverage C — Medical Payments for all medical expenses because of bodily injury sustained by any one person. The Medical Expense Limit is the greater of: (1) $15,000 unless a different amount is shown here: @ @ @ @ @ @ @ @ @ @ @ @ @ @; or (2) the amount shown in the Declarations for Medical Expense Limit. B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace Paragraph 1.a.(3)(b) with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident; and This Paragraph B. does not apply to medical expenses incurred in the state of Missouri. 18. NON -OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: CNA74705XX (1 -15) Page 13 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement The exclusion entitled Aircraft, Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada, designating that person as a commercial or airline transport pilot; 2. the aircraft is rented with a trained, paid crew to the Named Insured; and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON -OWNED WATERCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and replace it with the following. This exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: (a) less than 75 feet long; and (b) not being used to carry persons or property for a charge. 20. PERSONAL AND ADVERTISING INJURY — DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort: • Discrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury. This exclusion shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured; or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company) of the Named Insured. 2. add the following exclusions: This insurance does not apply to: Employment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past employment or termination of employment of any person by any Insured. Premises Related Discrimination discrimination or humiliation arising out of the sale, rental, lease or sub -lease or prospective sale, rental, lease or sub -lease of any room, dwelling or premises by or at the direction of any Insured. CNA74705XX (1 -15) Page 14 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. C'NA Contractors' General Liability Extension Endorsement Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY — DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from • Provision 1. ADDITIONAL INSURED of this endorsement; or • attachment of an additional insured endorsement to this Coverage Part. This PERSONAL AND ADVERTISING INJURY — DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY A. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B: 1. Paragraph 2.d. is replaced by the following: d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit are such that no conflict appears to exist between the interests of the Insured and the interests of the indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b) is deleted and replaced by the following: So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B — Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 22. PROPERTY DAMAGE — ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators. B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS — COVERAGES A AND B is amended as follows: CNA74705XX (1 -15) Page 15 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000. limit; and B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part, the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION - BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations; or 2. your work included in the products - completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement, and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part; and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP -UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP -UP) INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap - up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP -UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs ( O.C.I.P.) or Contractor Controlled Insurance Programs (C.C.I.P.) is attached, then the following changes apply: A. The following wording is added to the above - referenced endorsement: With respect to a consolidated (wrap -up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor 2. Bodily injury or property damage included within the products - completed operations hazard that arises out of those portions of the project that are not residential structures. B. Condition 4. Other Insurance is amend to add the following subparagraph 4.b.(1)(c): This insurance is excess over: (c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap -up) insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap -up) insurance program. CNA74705XX (1 -15) Page 16 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Contractors' General Liability Extension Endorsement C. DEFINITIONS is amended to add the following definitions: Consolidated (wrap -up) insurance program means a construction, erection or demolition project for which the prime contractor /project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled Insurance Program (O.C.I.P.) or Contractor Controlled Insurance Program (C.C.I.P.). Residential structure means any structure where 30% or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1. single or multifamily housing, apartments, condominiums, townhouses, co- operatives or planned unit developments; and 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages, guest houses or any similar structures). However, when there is no individual ownership of units, residential structure does not include military housing, college /university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP -UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP -UP) INSURANCE PROGRAMS Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA74705XX (1 -15) Page 17 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract; or 2. bodily injury or property damage caused in whole or in part by your work and included in the products - completed operations hazard, and only if a. the written contract requires the Named Insured to provide the additional insured such coverage; and b. this coverage part provides such coverage. B. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11 -85 or 10 -01 edition of CG2010 or the 10 -01 edition of CG2037. 11. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: A. coverage broader than required by the written contract; or B. a higher limit of insurance than required by the written contract. III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage, or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2. supervisory, inspection, architectural or engineering activities; or B. any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or any other basis. However, if this insurance CNA75079XX (1 -15) Page 1 of 2 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. CNA Blanket Additional Insured - Owners, Lessees or Contractors - with Products - Completed Operations Coverage Endorsement is required by written contract to be primary and non - contributory, this insurance will be primary and non- contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim, or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation, defense, or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non - contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy; and B. was executed prior to: 1. the bodily injury or property damage; or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement, which forms a part of and is for attachment to the Policy issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX (1 -15) Page 2 of 2 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name Of Person(s) Or Organization(s): Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 - Covered CA 20 48 10 13 Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 This page has been left blank intentionally. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I - C 1 1 00020005150934473515098 POLICY NUMBER: COMMERCIAL AUTO CA 04 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: ACTIVE CONSTRUCTION, INC. Endorsement Effective Date: 6/15/2016 SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 Copyright, Insurance Services Office, Inc., 2011 Page 1 of 1 This page has been left blank intentionally. Bond No. 023039147 EXHIBIT E: PERFORMANCE /PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned Active Construction, Inc., ( "Principal ") and Liberty Mutual Insurance Company the undersigned corporation organized and existing under the laws of the State of NlassachiisPtts 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 Six Hundred Eighty- Five Thousand, Six Hundred Eighty-Five Dollars and 00 /100 ($685,685.00) 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 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. The Principal has entered into an Agreement with the City dated d� - -��, , 2017 for the 21st Ave S (5 320th St to S 316th St) Pedestrian 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 harmless from any damage or expense by reason of failure of performance as specified in the Agreement 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 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 Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Rage 54 RFB # 17 -004 March 2017 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. DATED this 17 day of May , 2017. CORPORATE SEAL OF PRINCIPAL: ACTIVE CONS I RUCTION, INC. By: i r-6 Rosemarie A. Garms Its: Governor (Title) 5110 River Road E Tacoma, WA 98443 (253) 248 -1091 CERTIFICATE AS TO CORPORATE SEAL W1kile.sS I hereby certify that I am the of the Corporation named as Principal in the within bond; that Rosemarie A. Garms, who signed the said bond on behalf of the Principal, was Governor 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 goveming body. CORPORATE SEAL OF SURETY: % voe 14*. • r Oti yy. e t cD e: o: APPROVED AS TO FORM: 3. Ryan Call, City Attorney City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 W iA-y aSS SURETY Liberty Mutual Insurance Company By: Page 55 Attorney -in -Fact (Attach Power of Attorney) Karen C. Swanson, Attorney -in -Fact (Name of Person Executing Bond) 1001 4th Avenue. Suite 3700 Seattle, WA 98154 (Address) (206) 473 -3633 (Phone) RFB # 17 -004 March 2017 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. DATED this 17 day of May CORPORATE SEAL OF PRINCIPAL: +r, Gpt,kg. F!.1.1 c1 .., y i:It SAL •P F' �c ‘ ''1,,o�48HINGT 0. , 2017. ACTIVE CONSTRUCTION, INC. By: Rosemarie A. Garms Its: Governor (Title) 5110 River Road E Tacoma, WA 98443 (253) 248 -1091 CERTIFICATE AS TO CORPORATE SEAL Wi� -ncss I hereby certify that I am the f the Corporation named as Principal in the within bond; that Rosemarie A. Garms, who signed the said bond on behalf of the Principal, was Governor 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 goveming body. APPROVED AS TO FORM: J. Ryan CaII, City Attorney City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4-16 LU i {'Y1 t s 5 SURETY Liberty Mutual Insuraj ce Company By: Page 55 j el-- Attorney-in-Fact (Attach Power of Attorney) Karen C. Swanson, Attorney -in -Fact (Name of Person Executing Bond) 1001 4th Avenue. Suite 3700 Seattle, WA 98154 (Address) (206) 473 -3633 (Phone) RFB # 17 -004 March 2017 -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. 7659504 Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies "), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Aliceon A. Keltner; Annelies M. Richie; Brandon K. Bush; Brent E. Heilesen; Carley Espiritu; Christopher Kinyon; Cynthia L. Jay; Diane M. Harding; Eric A. Zimmerman; Heather L. Allen; James B. Binder; Jamie Diemer; Jon J. Oja; Julie R. Truitt; Karen C. Swanson; Kyle J. Howat; Mary S. Norrell; Peter J. Comfort all of the city of Tacoma state of WA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9th day of March 2017 , 1 1 1 1 1 STATE OF PENNSYLVANIA COUNTY OF MONTGOMERY ss The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West ,merican Insurance Company By: .,�./ ',' David M. Carey(Assistant Secretary On this 9th day of March 2017 before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance Company, The Ohio Casualty 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 seal at King of Prussia, Pennsylvania, on the day and year first above written. COMMONWEALTH OF PENNSYLVANIA Notarial Seal Teresa Pastella, Notary Public Upper Merlon Twp., Montgomery County My Commission Expires March 28, 2021 Member, Pennsylvania Association of Notaries By: 4-646 dAaf-ditf Teresa Pastella, Notary Public This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 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 seal 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 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. ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any 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 attorneys -in- fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this. _. L t day of / r L 20 /7 cJ �r;,avc w,; 9 ,c,J of at 1 cT. oavokar. ''cam. v .... . � , * 0) 044 A LMS_12873_022017 J ''?DII . 4v J 566 of 800 THIS PAGE INTENTIONALLY LEFT BLANK City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 56 RFB # 17 -004 March 2017 EXHIBIT F: TITLE VI ASSURANCES During the performance of this contract, the contractor /consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations 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. 3. Solicitations for Sub - contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance In the event of the contractor's non - compliance with the non - discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: Withholding of payments to the contractor under the contract until the contractor complies, and /or; Cancellation, termination, or suspension of the contract, in whole or in part City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 57 RFB # 17 -004 March 2017 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 21st Ave S Pedestrian Improvements RFB ver. 4 -16 Page 58 RFB # 17 -004 March 2017 AMENDMENTS TO THE STANDARD SPECIFICATIONS City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 RFB # 17 -004 March 2017 INTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2016 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 1, 2016 1 -01.3 Definitions The following new term and definition is inserted after the eighth paragraph: Cold Weather Protection Period — A period of time 7 days from the day of concrete placement or the duration of the cure period, whichever is longer. 1- 02.AP1 Section 1 -02, Bid Procedures and Conditions April 4, 2016 1- 02.4(1) General The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. 1 -02.9 Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 The following new paragraph is inserted before the last paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1 -02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. 1 -02.12 Public Opening of Proposals This section is supplemented with the following new paragraph: If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume. 1- 04.AP1 Section 1 -04, Scope of the Work January 3, 2017 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda The following new paragraph is inserted before the second to last paragraph: Whenever reference is made in these Specifications or the Special Provisions to codes, rules, specifications, and standards, the reference shall be construed to mean the code, rule, specification, or standard that is in effect on the Bid advertisement date, unless otherwise stated or as required by law. 1 -04.3 Reference Information This section is supplemented with the following new sentence: If a document that is provided as reference information contains material also included as a part of the Contract, that portion of the document shall be considered a part of the Contract and not as Reference Information. 1- 06.AP1 Section 1 -06, Control of Material January 4, 2016 This section is supplemented with the following new section and subsections: 1 -06.6 Recycled Materials The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section 1- 06.6(1)A is a requirement of the Contract. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's anticipated usage of recycled materials for meeting the requirements of these Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT Form 350 -075 Recycled Materials Reporting. 1- 06.6(1) Recycling of Aggregate and Concrete Materials 1- 06.6(1)A General The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items listed in Section 9- 03.21(1 )E Table on Maximum Allowable Percent (By Weight) of Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled concrete used on the entire Contract and not as individual items. If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be submitted: 1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized on the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled Materials Reporting form. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1- 07.AP1 Section 1 -07, Legal Relations and Responsibilities to the Public January 3, 2017 1 -07.1 Laws to be Observed In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency ". 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. 1- 07.3(1) Forest Fire Prevention This section is supplemented with the following new subsections: 1- 07.3(1)A Fire Prevention Control and Countermeasures Plan The Contractor shall prepare and implement a project- specific fire prevention, control, and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor shall submit a Type 2 Working Drawing no later than the date of the preconstruction conference. 1- 07.3(1)A1 FPCC Plan Implementation Requirements The Contractor's FPCC Plan shall be fully implemented at all times. The Contractor shall update the FPCC Plan throughout project construction so that the plan reflects actual site conditions and practices. The Contractor shall update the FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is available for inspection on the project site. Revisions to the FPCC Plan and the Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project safety meetings. 1- 07.3(1)A2 FPCC Plan Element Requirements The FPCC Plan shall include the following: 1. The names, titles, and contact information for the personnel responsible for implementing and updating the plan. 2. The names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a fire. 3. All potential fire causing activities such as welding, cutting of metal, blasting, fueling operations, etc. 4. The location of fire extinguishers, water, shovels, and other firefighting equipment. 5. The response procedures the Contractor shall follow in the event of a fire. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Most of Washington State is covered under the IFPL system which, by law, is managed by the Department of Natural Resources (DNR). It is the Contractor's responsibility to be familiar with the DNR requirements and to verify whether or not IFPL applies to the specific project. If the Contractor wishes to continue a work activity that is prohibited under an industrial fire precaution level, the Contractor shall obtain a waiver from the DNR and provide a copy to the Engineer prior to continuation of work on the project. If the IFPL requirements prohibit the Contractor from performing Work the Contractor may be eligible for an unworkable day in accordance with Section 1 -08.5. The Contractor shall comply with the requirements of these provisions at no additional cost to the Contracting Agency. 1 -07.8 High - Visibility Apparel The last paragraph is revised to read: High - visibility garments shall be labeled as, and in a condition compliant with the ANSI /ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations. 1- 07.8(1) Traffic Control Personnel In this section, references to "ANSI /ISEA 107 - 2004" are revised to read "ANSI /ISEA 107 ". 1- 07.8(2) Non - Traffic Control Personnel In this section, the reference to "ANSI /ISEA 107 - 2004" is revised to read "ANSI /ISEA 107 ". 1- 07.9(2) Posting Notices Items 1 and 2 are revised to read: 1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor. Post for projects with federal -aid funding. 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal -aid funding. Items 5, 6 and 7 are revised to read: 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor. Post on all projects. 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by US Department of Labor. Post on all projects. 7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Items 9 and 10 are revised to read: 9. F700- 074 -909 (revised 06/13) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L &I). Post on all projects. 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington State Employment Security Department. Post on all projects. 1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan The second sentence of the first paragraph is deleted. The first sentence of the second paragraph is revised to read: The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11. Item number four of the fourth paragraph (up until the colon) is revised to read: 4. Potential Spill Sources — Describe each of the following for all potentially hazardous materials brought or generated on -site, including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: The first sentence of item 7e of the fourth paragraph is revised to read: BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel. The last paragraph is deleted. 1- 08.AP1 Section 1 -08, Prosecution and Progress January 3, 2017 1 -08.1 Subcontracting The second sentence of the second to last paragraph is revised to read: Whenever the Contractor withholds payment to a Subcontractor for any reason including disputed amounts, the Contractor shall provide notice within 10 calendar days to the Subcontractor with a copy to the Contracting Agency identifying the reason for the withholding and a clear description of what the Subcontractor must do to have the withholding released. The fourth sentence of the second to last paragraph is revised to read: The Monthly Payment Summary shall include all Subcontractors that performed work that was paid on the progress estimate by the Contracting Agency. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1- 08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ". The last sentence in item number 11 of the first paragraph is revised to read: The Contractor may also require any documentation from the Subcontractor that is required by the subcontract or by the Contract between the Contractor and Contracting Agency or by law such as affidavits of wages paid, and material acceptance certifications to the extent that they relate to the Subcontractor's Work. Item number 12 of the first paragraph is revised to read: 12. If the Contractor fails to comply with the requirements of the Specification and the Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor will be subject to the actions described in No. 7 listed above. The Subcontractor may also seek recovery against the Contractor under applicable prompt pay statutes in addition to any other remedies provided for by the subcontract or by law. 1 -08.5 Time for Completion In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ". 1- 09.AP1 Section 1 -09, Measurement and Payment April 4, 2016 1 -09.6 Force Account The second sentence of item number 4 is revised to read: A "specialized service" is a work operation that is not typically done by worker classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction. 1- 10.AP1 Section 1 -10, Temporary Traffic Control January 3, 2017 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 that are not otherwise specified as being furnished by the Contracting Agency. In the third paragraph, "Project Engineer" is revised to read "Engineer ". The following new paragraph is inserted after the third paragraph: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17117 The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times except when Work requires closures. Ramps shall not be closed on consecutive interchanges at the same time, unless approved by the Engineer. Lanes and ramps shall be closed for the minimum time required to complete the Work. When paving hot mix asphalt the Contractor may apply water to the pavement to shorten the time required before reopening to traffic. 1- 10.3(2)C Lane Closure Setup /Takedown The following new paragraph is inserted before the last paragraph: Channelization devices shall not be moved by traffic control personnel across an open lane of traffic. If an existing setup or staging of traffic control devices require crossing an open lane of traffic, the traffic control devices shall be taken down completely and then set up in the new configuration. 2- 03.AP2 Section 2 -03, Roadway Excavation and Embankment August 1, 2016 2- 03.3(7)C Contractor - Provided Disposal Site The second paragraph is revised to read: The Contractor shall acquire all permits and approvals required for the use of the disposal sites before any waste is hauled off the project. The Contractor shall submit a Type 1 Working Drawing consisting of copies of the permits and approvals for any disposal sites to be used. The cost of any such permits and approvals shall be included in the Bid prices for other Work. The third paragraph is deleted. 2- 06.AP2 Section 2 -06, Subgrade Preparation January 3, 2017 2- 06.3(2) Subgrade for Pavement The second sentence in the first paragraph is revised to read: The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of maximum density as determined by the compaction control tests for granular materials. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 3- 04.AP3 Section 3 -04, Acceptance of Aggregate January 3, 2017 3 -04.5 Payment In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised to read "$15.00 ". 4- 04.AP4 Section 4 -04, Ballast and Crush Surfacing January 3, 2017 4- 04.3(5) Shaping and Compaction The first sentence is revised to read: Immediately following spreading and final shaping, each layer of surfacing shall be compacted to at least 95 percent of maximum density determined by the requirements of Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is placed. 5- 01.AP5 Section 5 -01, Cement Concrete Pavement Rehabilitation January 3, 2017 In this section, "portland cement" is revised to read "cement ". 5 -01.2 Materials In the first paragraph, the following item is inserted after the item "Joint Sealants ": Closed Cell Foam Backer Rod 9- 04.2(3)A 5- 01.3(1)A Concrete Mix Designs This section, including title, is revised to read: 5- 01.3(1)A Mix Designs The Contractor shall use either concrete patching materials or cement concrete for the rehabilitation of cement concrete pavement. Concrete patching materials shall be used for spall repair and dowel bar retrofitting and cement concrete shall be used for concrete panel replacement. 5- 01.3(1)A1 Concrete Patching Materials Item number 1 is revised to read: 1. Materials — The prepackaged concrete patching material and the aggregate extender shall conform to Section 9 -20. 5- 01.3(1)A2 Portland Cement Concrete This section, including title, is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 5- 01.3(1)A2 Cement Concrete for Panel Replacement Cement concrete for panel replacement shall meet the requirements of Sections 5- 05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5.5 percent. Cement concrete for panel replacement may use rapid hardening hydraulic cement meeting the requirements of Section 9- 01.2(2). Rapid hardening hydraulic cement will be considered a cementitious material for the purpose of calculating the water /cementitious materials ratio and the minimum cementitious materials requirement. 5- 01.3(1)B Equipment This section's title is revised to read: Equipment for Panel Replacement 5- 01.3(2)B Portland Cement Concrete This section's title is revised to read: Cement Concrete for Panel Replacement This section is supplemented with the following new subsection: 5- 01.3(2)B1 Conformance to Mix Design Acceptance of cement concrete pavement for panel replacement shall be in accordance with Section 5- 01.3(2)B. The cement, coarse, and fine aggregate weights shall be within the tolerances of the mix design in accordance with Section 5- 05.3(1). 5- 01.3(2)B1 Rejection of Concrete This section is renumbered as follows: 5- 01.3(2)B2 Rejection of Concrete 5- 01.3(4) Replace Portland Cement Concrete Panel This section's title is revised to read: Replace Cement Concrete Panel 5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints This section's title is revised to read: Sealing Existing Longitudinal and Transverse Joint The first paragraph is revised to read: The Contractor shall clean and seal existing longitudinal and transverse joints where shown in the Plans or as marked by the Engineer. The first sentence of the second paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Old sealant and incompressible material shall be completely removed from the joint to the depth of the new reservoir with a diamond blade saw in accordance with the detail shown in the Standard Plans. The fifth paragraph is revised to read: Immediately prior to sealing, the cracks shall be blown clean with dry oil -free compressed air. If shown in the Plans, a backer rod shall be placed at the base of the sawn reservoir. The joints shall be completely dry before the sealing installation may begin. Immediately following the air blowing and backer rod placement, if required, the sealant material shall be installed in conformance to manufacturer's recommendations and in accordance with Section 5- 05.3(8)B. 5- 01.3(9) Portland Cement Concrete Pavement Grinding This section's title is revised to read: Cement Concrete Pavement Grinding 5- 01.3(11) Concrete Slurry and Grinding Residue The last sentence of the first paragraph is revised to read: Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, into any drainage structure, water of the state, or wetlands. The following new sentence is inserted at the end of the second paragraph: The Contractor shall submit copies of all disposal tickets to the Engineer within 5 calendar days. 5 -01.4 Measurement The fourth paragraph is revised to read: Sealing existing longitudinal and transverse joint will be measured by the linear foot, measured along the line of the completed joint. 5 -01.5 Payment The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph following Bid item are revised to read: "Sealing Existing Longitudinal and Transverse Joint ", per linear foot. The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse Joint ", shall be full payment for all costs to complete the Work as specified, including removing incompressible material, preparing and sealing existing transverse and longitudinal joints where existing transverse and longitudinal joints are cleaned and for all incidentals required to complete the Work as specified. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 5- 02.AP5 Section 5 -02, Bituminous Surface Treatment April 4, 2016 5- 02.3(2) Preparation of Roadway Surface This section is supplemented with the following new subsection: 5- 02.3(2)E Crack Sealing Where shown in the Plans, seal cracks and joints in the pavement in accordance with Section 5- 04.3(4)A1 and the following: 1. Cracks'/ inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 5- 04.AP5 Section 5 -04, Hot Mix Asphalt January 3, 2017 This section (and all subsections) is revised to read: This Section 5 -04 is written in a style which, unless otherwise indicated, shall be interpreted as direction to the Contractor. 5 -04.1 Description This Work consists of providing and placing one or more layers of plant -mixed hot mix asphalt (HMA) on a prepared foundation or base, in accordance with these Specifications and the lines, grades, thicknesses, and typical cross - sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. HMA shall be composed of asphalt binder and mineral materials as required, and may include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed in the proportions specified to provide a homogeneous, stable, and workable mix. 5 -04.2 Materials Provide materials as specified in these sections: Asphalt Binder 9- 02.1(4) Cationic Emulsified Asphalt 9- 02.1(6) Anti - Stripping Additive 9 -02.4 Warm Mix Asphalt Additive 9 -02.5 Aggregates 9 -03.8 Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B Mineral Filler 9- 03.8(5) Recycled Material 9 -03.21 Joint Sealants 9 -04.2 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Closed Cell Foam Backer Rod 9- 04.2(3)A 5- 04.2(1) How to Get an HMA Mix Design on the QPL Comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. • Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350 -042. Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. Identify the brand, type, and percentage of anti - stripping additive in the mix design submittal. Include with the mix design submittal a certification from the asphalt binder supplier that the anti - stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5- 04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Acceptance of HMA Mixture (see Section 5- 04.3(9)) Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice QC -8 The Contracting Agency will test the mix design materials for compliance with Sections 9- 03.8(2) and 9- 03.8(6). Visual Evaluation Review of Form 350 -042 for compliance with Sections 9- 03.8(2) and 9- 03.8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in accordance AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. 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. 5- 04.2(1)A Mix Designs Containing RAP and /or RAS Mix designs are classified by the RAP and /or RAS content as shown in Table 2. Table 2 Mix Design Classification Based on RAP /RAS Content RAP /RAS Classification with WSDOT Standard Low RAP /No RAS 0% s RAP% <_ 20% and RAS% = 0% Practice QC -8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. 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. 5- 04.2(1)A Mix Designs Containing RAP and /or RAS Mix designs are classified by the RAP and /or RAS content as shown in Table 2. Table 2 Mix Design Classification Based on RAP /RAS Content RAP /RAS Classification RAP /RAS Content' Low RAP /No RAS 0% s RAP% <_ 20% and RAS% = 0% High RAP /Any RAS 20% < RAP% <_ Maximum Allowable RAP2 and /or 0% < RAS% <_ Maximum Allowable RAS2 'Percentages in this table are by total weight of HMA 2See Table 4 to determine the limits on the maximum amount RAP and /or RAS. 5- 04.2(1)A1 Low RAP /No RAS — Mix Design Submittals for Placement on QPL For Low RAP /No RAS mix designs, comply with the following additional requirements: 1. Develop the mix design with or without the inclusion of RAP. 2. The asphalt binder grade shall be the grade indicated in the Bid item name or as otherwise required by the Contract. 3. Submit samples of RAP if used in development of the mix design. 4. Testing RAP or RAS stockpiles is not required for obtaining approval for placing these mix designs on the QPL. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for Placement on QPL For High RAP /Any RAS mix designs, comply with the following additional requirements: 1. For mix designs with any RAS, test the RAS stockpile (and RAP stockpile if any RAP is in the mix design) in accordance with Table 3. For High RAP mix designs with no RAS, test the RAP stockpile in accordance with Table 3. 3. For mix designs with High RAP /Any RAS, construct a single stockpile for RAP and a single stockpile for RAS and isolate (sequester) these stockpiles from further stockpiling before beginning development of the mix design. Test the RAP and RAS during stockpile construction as required by item 1 and 2 above. Use the test data in developing the mix design, and report the test data to the Contracting Agency on WSDOT Form 350 -042 as part of the mix design submittal for approval on the QPL. Account for the reduction in asphalt binder contributed from RAS in accordance with AASHTO PP 78. Do not add to these stockpiles after starting the mix design process. Table 3 Test Frequency of RAP /RAS During RAP /RAS Stockpile Construction For Approving a High RAP /Any RAS Mix Design for Placement on the QPL Test Frequency' Test for Test Method • 1/1000 tons of RAP (minimum of 10 per mix design) and • 1/100 tons of RAS (minimum of 10 per mix design) Asphalt Binder Content and Sieve Analysis of Fine and Coarse Aggregate FOP for AASHTO T 308 and FOP for WAQTC T 27/T 11 "tons ", in this table, refers to tons of the reclaimed materia before being incorporated into HMA. 4. Limit the amount of RAP and /or RAS used in a High RAP /Any RAS mix design by the amount of binder contributed by the RAP and /or RAS, in accordance with Table 4. Table 4 Maximum Amount of RAP and /or RAS in HMA Mixture Maximum Amount of Binder Contributed from: RAP RAS 40%1 minus contribution of binder from RAS 20 %2 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 Calculated as the weight of asphalt binder contributed from the RAP as a percentage of the total weight of asphalt binder in the mixture. 2 Calculated as the weight of asphalt binder contributed from the RAS as a percentage of the total weight of asphalt binder in the mixture. 5. Develop the mix design including RAP, RAS, recycling agent, and new binder. 6. 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 but not exceed the performance grade (PG) of asphalt binder required by the Contract. a. b. Perform the asphalt extraction in accordance with AASHTO T 164 or ASTM D 2172 using reagent grade solvent. Perform the asphalt recovery in accordance with AASHTO R 59 or ASTM D 1856. c. Test the recovered asphalt residue in accordance with AASHTO R 29 to determine the asphalt binder grade in accordance with Section 9- 02.1(4). d. After determining the recovered asphalt binder grade, determine the percent of recycling agent and /or grade of new asphalt binder in accordance with ASTM D 4887. e. Test the final blend of recycling agent, binder recovered from the RAP and RAS, and new asphalt binder in accordance with AASHTO R 29. The final blended binder shall meet but not exceed the performance grade of asphalt binder required by the Contract and comply with the requirements of Section 9- 02.1(4). 7. Include the following test data with the mix design submittal: a. All test data from RAP and RAS stockpile construction. b. All data from testing the recovered and blended asphalt binder. 8. Include representative samples of the following with the mix design submittal: a. RAP and RAS. b. 150 grams of recovered asphalt residue from the RAP and RAS that are to be used in the HMA production. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 5- 04.2(1)B Commercial HMA - Mix Design Submittal for Placement on QPL For HMA used in the Bid item Commercial HMA, in addition to the requirements of 5- 04.2(1) identify the following in the submittal: 1. Commercial HMA 2. Class of HMA 3. Performance grade of binder 4. Equivalent Single Axle Load (ESAL) The Contracting Agency may elect to approve Commercial HMA mix designs without evaluation. 5- 04.2(1)C Mix Design Resubmittal for QPL Approval Develop a new mix design and resubmit for approval on the QPL when any of the following changes occur. When these occur, discontinue using the mix design until after it is reapproved on the QPL. 1. Change in the source of crude petroleum used in the asphalt binder. 2. Changes in the asphalt binder refining process. 3. Changes in additives or modifiers in the asphalt binder. 4. Changes in the anti -strip additive, brand, type or quantity. 5. Changes to the source of material for aggregate. 6. Changes to the job mix formula that exceed the amounts as described in item 2 of Section 9- 03.8(7), unless otherwise approved by the Engineer. 7. Changes in the percentage of material from a stockpile, when such changes exceed 5% of the total aggregate weight. a. For Low RAP /No RAS mix designs developed without RAP, changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight not including the weight of RAP. b. For Low RAP /No RAS mix designs developed with RAP, changes to the percentage of material from a stockpile will be calculated based on the total aggregate weight including the weight of RAP. c. For High RAP /Any RAS mix designs, changes in the percentage of material from a stockpile will be based on total aggregate weight including the weight of RAP (and /or RAS when included in the mixture). AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Prior to making any change in the amount of RAS in an approved mix design, notify the Engineer for determination of whether a new mix design is required, and obtain the Engineer's approval prior to implementing such changes. 5- 04.2(2) Mix Design — Obtaining Project Approval Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT Form 350 -041 to the Engineer to request approval to use a mix design from the QPL. Changes to the job mix formula (JMF) that have been approved on other contracts may be included. The Engineer may reject a request to use a mix design if production of HMA using that mix design on any contract is not in compliance with Section 5- 04.3(11)D, E, F, and G for mixture or compaction. 5- 04.2(2)A Changes to the Job Mix Formula The approved mix design obtained from the QPL will be considered the starting job mix formula (JMF) and shall be used as the initial basis for acceptance of HMA mixture, as detailed in Section 5- 04.3(9). During production the Contractor may request to adjust the JMF. Any adjustments to the JMF will require approval of the Engineer and shall be made in accordance with item 2 of Section 9- 03.8(7). After approval by the Engineer, such adjusted JMF's shall constitute the basis for acceptance of the HMA mixture. 5- 04.2(2)B Using Warm Mix Asphalt Processes The Contractor may, at the Contractor's discretion, elect to use warm mix asphalt (WMA) processes for producing HMA. WMA processes include organic additives, chemical additives, and foaming. The use of WMA is subject to the following: • Do not use WMA processes in the production of High RAP /Any RAS mixtures. • Before using WMA processes, obtain the Engineer's approval using WSDOT Form 350 -076 to describe the proposed WMA process. 5 -04.3 Construction Requirements 5- 04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year, without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified in Table 5, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Table 5 Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55 °F 45 °F 0.10 to 0.20 45 °F 35 °F More than 0.20 35 °F 35 °F AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5- 04.3(2) Paving Under Traffic These requirements apply when the Roadway being paved is open to traffic. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. During paving operations, maintain temporary pavement markings throughout the project. Install temporary pavement markings on the Roadway prior to opening to traffic. Temporary pavement markings shall comply with Section 8 -23. 5- 04.3(3) Equipment 5- O4.3(3)A Mixing Plant Equip mixing plants as follows. 1. Use tanks for storage and preparation of asphalt binder which: • Heat the contents by means that do not allow flame to contact the contents or the tank, such as by steam or electricity. • Heat and hold contents at the required temperatures. • Continuously circulate contents to provide uniform temperature and consistency during the operating period. • Provide an asphalt binder sampling valve, in either the storage tank or the supply line to the mixer. 2. Provide thermometric equipment: In the asphalt binder feed line near the charging valve at the mixer unit, capable of detecting temperature ranges expected in the HMA and in a location convenient and safe for access by Inspectors. At the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates, and situated in full view of the plant operator. 3. When heating asphalt binder: Do not exceed the maximum temperature of the asphalt binder recommended by the asphalt binder supplier. • Avoid local variations in heating. • Provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25 °F. 4. Provide a mechanical sampler for sampling mineral materials that: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 • Meets the crushing or screening requirements of Section 1 -05.6. 5. Provide HMA sampling equipment that complies with WSDOT SOP T -168. Use a mechanical sampling device installed between the discharge of the silo and the truck transport, approved by the Engineer, or • Platforms or devices to enable sampling from the truck transport without entering the truck transport for sampling HMA. 6. Provide for setup and operation of the Contracting Agency's field testing: • As required in Section 3- 01.2(2). 7. Provide screens or a lump breaker: • When using any RAP or any RAS, to eliminate oversize RAP or RAS particles from entering the pug mill or drum mixer. 5- 04.3(3)B Hauling Equipment Provide HMA hauling equipment with tight, clean, smooth metal beds and a cover of canvas or other suitable material of sufficient size to protect the HMA from adverse weather. Securely attach the cover to protect the HMA whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45 °F. Prevent HMA from adhering to the hauling equipment. Spray metal beds with an environmentally benign release agent. Drain excess release agent prior to filling hauling equipment with HMA. Do not use petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA. For hopper trucks, operate the conveyer during the process of applying the release agent. 5- 04.3(3)C Pavers Use self- contained, power - propelled pavers provided with an internally heated vibratory screed that is capable of spreading and finishing courses of HMA in lane widths required by the paving section shown in the Plans. When requested by the Engineer, provide written certification that the paver is equipped with the most current equipment available from the manufacturer for the prevention of segregation of the coarse aggregate particles. The certification shall list the make, model, and year of the paver and any equipment that has been retrofitted to the paver. Operate the screed in accordance with the manufacturer's recommendations and in a manner to produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Provide a copy of the manufacturer's recommendations upon request by the Contracting Agency. Extensions to the screed will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. In AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 the Travelled Way do not use extensions without both augers and an internally heated vibratory screed. Equip the paver with automatic screed controls and sensors for either or both sides of the paver. The controls shall be capable of sensing grade from an outside reference line, sensing the transverse slope of the screed, and providing automatic signals that operate the screed to maintain the desired grade and transverse slope. Construct the sensor so it will operate from a reference line or a mat referencing device. The transverse slope controller shall be capable of maintaining the screed at the desired slope within plus or minus 0.1 percent. Equip the paver with automatic feeder controls, properly adjusted to maintain a uniform depth of material ahead of the screed. Manual operation of the screed is permitted in the construction of irregularly shaped and minor areas. These areas include, but are not limited to, gore areas, road approaches, tapers and left -turn channelizations. When specified in the Contract, provide reference lines for vertical control. Place reference lines on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line is permitted. Automatically control the grade and slope of intermediate lanes by means of reference lines or a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross - section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. Furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1 -08.6. 5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device (MTD) or material transfer vehicle (MTV) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD /V is not required for HMA placed in irregularly shaped and minor areas such as tapers and turn lanes, or for HMA mixture that is accepted by Visual Evaluation. At the Contractor's request the Engineer may approve paving without an MTD /V; the Engineer will determine if an equitable adjustment in cost or time is due. If a windrow elevator is used, the Engineer may limit the length of the windrow in urban areas or through intersections. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 To be approved for use, an MTV: 1. Shall be a self - propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5- 04.3(3)E Rollers Operate rollers in accordance with the manufacturer's recommendations. When requested by the Engineer, provide a Type 1 Working Drawing of the manufacturer's recommendation for the use of any roller planned for use on the project. Do not use rollers that crush aggregate, produce pickup or washboard, unevenly compact the surface, displace the mix, or produce other undesirable results. 5- 04.3(4) Preparation of Existing Paved Surfaces Before constructing HMA on an existing paved surface, the entire surface of the pavement shall be clean. Entirely remove all fatty asphalt patches, grease drippings, and other deleterious substances from the existing pavement to the satisfaction of the Engineer. Thoroughly clean all pavements or bituminous surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly remove any cleaning or solvent type liquids used to clean equipment spilled on the pavement before paving proceeds. Fill all holes and small depressions with an appropriate class of HMA. Level and thoroughly compact the surface of the patched area. Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned existing pavement with a thin film of residual asphalt free of streaks and bare spots. Apply a heavy application of tack coat to all joints. For Roadways open to traffic, limit the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 application of tack coat to surfaces that will be paved during the same working shift. Equip the spreading equipment with a thermometer to indicate the temperature of the tack coat material. Do not operate equipment on tacked surfaces until the tack has broken and cured. Repair tack coat damaged by the Contractor's operation, prior to placement of the HMA. Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1, CSS -1 h, STE -1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and CSS -1 h may be diluted with water at a rate not to exceed one part water to one part emulsified asphalt. Do not allow the tack coat material to exceed the maximum temperature recommended by the asphalt supplier. When shown in the Plans, prelevel uneven or broken surfaces over which HMA is to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. 5- O4.3(4)A Crack Sealing 5- 04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks'/ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS -1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the crack. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 5- 04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5- 04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. 5- O4.3(4)B Soil Residual Herbicide Where shown in the Plans, apply one application of an approved soil residual herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of applying the herbicide. Use herbicide registered with the Washington State Department of Agriculture for use under pavement. Before use, obtain the Engineer's approval of the herbicide and the proposed rate of application. Include the following information in the request for approval of the material: 1. Brand Name of the Material, 2. Manufacturer, 3. Environmental Protection Agency (EPA) Registration Number, 4. Material Safety Data Sheet, and 5. Proposed Rate of Application. 5- O4.3(4)C Pavement Repair Excavate pavement repair areas and backfill these with HMA in accordance with the details shown in the Plans and as staked. Conduct the excavation operations in a manner that will protect the pavement that is to remain. Repair pavement not designated to be removed that is damaged as a result of the Contractor's operations to the satisfaction of the Engineer at no cost to the Contracting Agency. Excavate only within one lane at a time unless approved otherwise by the Engineer. Do not excavate more area than can be completely backfilled and compacted during the same shift. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, sawcut the perimeter of the pavement area to be removed unless the pavement in the pavement repair area is to be removed by a pavement grinder. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17117 Excavated materials shall be the property of the Contractor and shall be disposed of in a Contractor - provided site off the Right of Way or used in accordance with Sections 2- 02.3(3) or 9- 03.21. Apply a heavy application of tack coat to all surfaces of existing pavement in the pavement repair area, in accordance with Section 5- 04.3(4). Place the HMA backfill in lifts not to exceed 0.35 -foot compacted depth. Thoroughly compact each lift by a mechanical tamper or a roller. 5- 04.3(5) Producing /Stockpiling Aggregates, RAP, & RAS Produce aggregate in compliance with Section 3 -01. Comply with Section 3 -02 for preparing stockpile sites, stockpiling, and removing from stockpile each of the following: aggregates, RAP, and RAS. Provide sufficient storage space for each size of aggregate, RAP and RAS. Fine aggregate or RAP may be uniformly blended with the RAS as a method of preventing the agglomeration of RAS particles. Remove the aggregates, RAP and RAS from stockpile(s) in a manner that ensures minimal segregation when being moved to the HMA plant for processing into the final mixture. Keep different aggregate sizes separated until they have been delivered to the HMA plant. 5- O4.3(5)A Stockpiling RAP or RAS for High RAP /Any RAS Mixes Do not place any RAP or RAS into a stockpile which has been sequestered for a High RAP /Any RAS mix design. Do not incorporate any RAP or RAS into a High RAP /Any RAS mixture from any source other than the stockpile which was sequestered for approval of that particular High RAP /Any RAS mix design. RAP that is used in a Low RAP /No RAS mix is not required to come from a sequestered stockpile. 5- 04.3(6) Mixing The asphalt supplier shall introduce anti - stripping additive, in the amount designated on the QPL for the mix design, into the asphalt binder prior to shipment to the asphalt mixing plant. Anti -strip is not required for temporary work that will be removed prior to Physical Completion. Use asphalt binder of the grade, and from the supplier, in the approved mix design. Prior to introducing reclaimed materials into the asphalt plant, remove wire, nails, and other foreign material. Discontinue use of the reclaimed material if the Engineer, in their sole discretion, determines the wire, nails, or other foreign material to be excessive. Size RAP and RAS prior to entering the mixer to provide uniform and thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking down during the heating and mixing of the HMA, immediately suspend the use of the RAP or RAS until changes have been approved by the Engineer. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 After the required amount of mineral materials, RAP, RAS, new asphalt binder and recycling agent have been introduced into the mixer, mix the HMA until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, RAP and RAS is ensured. Upon discharge from the mixer, ensure that the temperature of the HMA does not exceed the optimum mixing temperature shown on the approved Mix Design Report by more than 25 °F, or as approved by the Engineer. When a WMA additive is included in the manufacture of HMA, do not heat the WMA additive (at any stage of production including in binder storage tanks) to a temperature higher than the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, reduce the moisture content. During the daily operation, HMA may be temporarily held in approved storage facilities. Do not incorporate HMA into the Work that has been held for more than 24 hours after mixing. Provide an easily readable, low bin -level indicator on the storage facility that indicates the amount of material in storage. Waste the HMA in storage when the top level of HMA drops below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Dispose of rejected or waste HMA at no expense to the Contracting Agency. 5- 04.3(7) Spreading and Finishing Do not exceed the maximum nominal compacted depth of any layer in any course, as shown in Table 6, unless approved by the Engineer: Table 6 Maximum Nominal Compacted Depth of Any Layer HMA Class Wearing Course Other than Wearing Course 1 inch 0.35 feet 0.35 feet 1/4 and 1/2 inch 0.30 feet 0.35 feet 3/8 inch 0.15 feet 0.15 feet Use HMA pavers complying with Section 5- 04.3(3) to distribute the mix. On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, place the material produced for each JMF with separate spreading and compacting equipment. Do not intermingle HMA produced from more than one JMF. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5- 04.3(8) Aggregate Acceptance Prior to Incorporation in HMA Sample aggregate for meeting the requirements of Section 3 -04 prior to being incorporated into HMA. (The acceptance data generated for the Section 3 -04 acceptance analysis will not be commingled with the acceptance data generated for the Section 5- 04.3(9) acceptance analysis.) Aggregate acceptance samples shall be taken as described in Section 3 -04. Aggregate acceptance testing will be performed by the Contracting Agency. Aggregate contributed from RAP and /or RAS will not be evaluated under Section 3 -04. For aggregate that will be used in HMA mixture which will be accepted by Statistical Evaluation, the Contracting Agency's acceptance of the aggregate will be based on: 1. Samples taken prior to mixing with asphalt binder, RAP, or RAS; 2. Testing for the materials properties of fracture, uncompacted void content, and sand equivalent; 3. Evaluation by the Contracting Agency in accordance with Section 3 -04, including price adjustments as described therein. For aggregate that will be used in HMA which will be accepted by Visual Evaluation, evaluation in accordance with items 1, 2, and 3 above is at the discretion of the Engineer. 5- 04.3(9) HMA Mixture Acceptance The Contracting Agency will evaluate HMA mixture for acceptance by one of three methods as determined from the criteria in Table 7. Table 7 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Basis of Acceptance for HMA Mixture Visual Evaluation Statistical Evaluation Criteria for Selecting the Evaluation Method • • Commercial HMA placed at any location Any HMA placed in: o sidewalks o road approaches o ditches o slopes o paths o trails o gores o prelevel o temporary pavement' o pavement repair • • All HMA mixture other than that accepted by Visual Evaluation • Other nonstructural applications of HMA AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 as approved by the En. ineer Temporary pavement is HMA that will be removed before Physical Completion of the Contract. 5- 04.3(9)A Test Sections This Section applies to HMA mixture accepted by Statistical Evaluation. A test section is not allowed for HMA accepted by Visual Evaluation. The purpose of a test section is to determine whether or not the Contractor's mix design and production processes will produce HMA meeting the Contract requirements related to mixture. Construct HMA mixture test sections at the beginning of paving, using at least 600 tons and a maximum of 1,000 tons or as specified by the Engineer. Each test section shall be constructed in one continuous operation. 5- 04.3(9)A1 Test Section — When Required, When to Stop Use Tables 8 and 9 to determine when a test section is required, optional, or not allowed, and to determine when performing test sections may end. Each mix design will be evaluated independently for the test section requirements. If more than one test section is required, each test section shall be evaluated separately by the criteria in table 8 and 9. Table 8 Criteria for Conducting and Evaluating HMA Sections (For HMA Mixture Accepted by Statistical Mixture Test Evaluation) Low RAP /No RAS High RAP /Any RAS Is Mixture Test Section Optional or Mandatory? Mandatory' At Contractor's Option Waiting period after paving the test section. 4 calendar days2 4 calendar days2 What Must Happen to Stop Performing Test Sections? Meet "Results Required to Stop Performing Test Sections" in Table 9 for High RAP /Any RAS. Provide samples and respond to WSDOT test results required by Table 9 for Low RAP /No RAS. a mix design has produced an acceptable test section on a previous contract (paved in the same calendar year, from the same plant, using the same JMF) the test section may be waived if approved by the Engineer. 2This is to provide time needed by the Contracting Agency to complete testing and the Contractor to adjust the mixture in response to those test results. Paving may resume when this is done. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ble 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical Evaluation) Test Property Type of HMA High RAP /Any RAS Low RAP /No RAS Gradation Minimum PF; of 0.95 based on the criteria in Section 5- O4.3(9)B42 None4 Asphalt Binder Minimum PF; of 0.95 based on the criteria in Section 5- O4.3(9)B42 None4 Va Minimum PF; of 0.95 based on the criteria in Section 5- O4.3(9)B42 None4 Hamburg Wheel Track Indirect Tensile Strength Meet requirements of Section 9-03.8(2).3 These tests will not be done as part of Test Section. Aggregates Sand Equivalent Uncompacted Void Content Fracture Nonstatistical Evaluation in accordance with the requirements of Section 3 -043 None3 In addition to the requirements of this table, acceptance of the HMA mixture used in each test section is subject to the acceptance criteria and price adjustments for Statistical Evaluation (see Table 9a). 2Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. 3Take one sample for each test section lot. Test the sample for the properties in the first column. 4Divide the test section lot into three sublots, approximately equal in size. Take one sample from each sublot, and test each sample for the property in the first column. There are no criteria for discontinuing test sections for these mixes; however, the contractor must comply with Section 5- 04.3(11)F before resuming paving. 5- 04.3(9)A2 Test Section — Evaluating the HMA Mixture in a Test Section The Engineer will evaluate the HMA mixture in each test section for rejection, acceptance, and price adjustments based on the criteria in AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Table 9a using the data generated from the testing required by Table 9. Each test section shall be considered a separate lot. Table Acceptance Criteria for HMA Mixture Placed in a Test Section (For HMA Mixture Accepted by Statistical Evaluation) Test Property Type of HMA High RAP /Any RAS Low RAP /No RAS Gradation Asphalt Binder Va Statistical Evaluation Statistical Evaluation Hamburg Wheel Track Indirect Tensile Strength Pass /Fail for the requirements of Section 9- 03.8(2)1 N/A HMA Aggregate Sand Equivalent Uncompacted Void Content _ .. Nonstatistical Evaluation in accordance with the requirements of Section 3 -04 Nonstatistical Evaluation in accordance with the requirements of Section 3 -04 rallure to meet the specifications for Hamburg and /or IDT will cause the mixture in the test section to be rejected. Refer to Section 5- 04.3(11). 5- O4.3(9)B Mixture Acceptance — Statistical Evaluation 5- 04.3(9)B1 Mixture Statistical Evaluation — Lots and Sublots HMA mixture which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing that HMA tonnage into mixture Tots, and each mixture lot will be evaluated using stratified random sampling by the Contracting Agency sub - dividing each mixture lot into mixture sublots. All mixture in a mixture lot shall be of the same mix design. The mixture sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each mixture lot comprises a maximum of 15 mixture sublots, except: • The final mixture lot of each mix design on the Contract will comprise a maximum of 25 sublots. • A mixture lot for a test section will consist of three sublots. Each mixture sublot shall be approximately uniform in size with the maximum mixture sublot size as specified in Table 10. The quantity of material represented by the final mixture sublot of the project, for each mix design on the project, may be increased to a maximum of two times the mixture sublot quantity calculated. Table 10 Maximum HMA Mixture Sublot Size For HMA Accepted by Statistical Evaluation AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 HMA Original Plan Quantity (tons)1 Maximum Sublot Size (tons)2 < 20,000 1,000 20,000 to 30,000 1,500 >30,000 2,000 "Plan quantity" means the plan quantity of all HMA of the same class and binder grade which is accepted by Statistical Evaluation. 2 The maximum sublot size for each combination of HMA class and binder grade shall be calculated separately. For a mixture lot in progress with a mixture CPF less than 0.75, a new mixture lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5- 04.3(11)F. • If, before completing a mixture lot, the Contractor requests a change to the JMF which is approved by the Engineer, the mixture produced in that lot after the approved change will be evaluated on the basis of the changed JMF, and the mixture produced in that lot before the approved change will be evaluated on the basis of the unchanged JMF; however, the mixture before and after the change will be evaluated in the same lot. Acceptance of subsequent mixture lots will be evaluated on the basis of the changed JMF. 5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling Comply with Section 1- 06.2(1). Samples of HMA mixture which is accepted by Statistical Evaluation will be randomly selected from within each sublot, with one sample per sublot. The Engineer will determine the random sample location using WSDOT Test Method T 716. The Contractor shall obtain the sample when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with FOP for WAQTC T 168. 5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing Comply with Section 1- 06.2(1). The Contracting Agency will test the mixture sample from each sublot (including sublots in a test section) for the properties shown in Table 11. Table 11 Testing Required for each HMA Mixture Sublot Test Procedure Performed by Va WSDOT SOP 731 Engineer Asphalt Binder Content FOP for AASHTO T 308 Engineer AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Gradation: Percent Passing FOP for Engineer 11/2", 1", 3/4" '/2', 3/ ", No. 4, WAQTC All aggregate passing No. 8 sieve No. 8, No. 200 T 27/T 11 20 The mixture samples and tests taken for the purpose of determining acceptance of the test section (as described in Section 5- 04.3(9)A) shall also be used as the test results for acceptance of the mixture described in 5- 04.3(9)B3, 5- 04.3(9)B4, 5- 04.3(9)B5, and 5- 04.3(9)B6. 5- 04.3(9)B4 Mixture Statistical Evaluation — Pay Factors Comply with Section 1- 06.2(2). The Contracting Agency will determine a pay factor (PF;) for each of the properties in Table 11, for each mixture lot, using the quality level analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be calculated for each of the sieve sizes listed in Table 11 which is equal to or smaller than the maximum allowable aggregate size (100 percent passing sieve) of the HMA mixture. The USL and LSL shall be calculated using the Job Mix Formula Tolerances (for Statistical Evaluation) in Section 9- 03.8(7). If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay Factors (CPF) Comply with Section 1- 06.2(2). In accordance with Section 1- 06.2(2)D4, the Contracting Agency will determine a Composite Pay Factor (CPF) for each mixture lot from the pay factors calculated in Section 5- 04.3(9)B4, using the price adjustment factors in Table 12. Unless otherwise specified, the maximum CPF for HMA mixture shall be 1.05. Table 12 HMA Mixture Price Adjustment Factors Constituent Factor "f" All aggregate passing: 11/2 ", 1 ", 3/4' '/2' 3/" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) 20 5- 04.3(9)B6 Mixture Statistical Evaluation — Price Adjustments For each HMA mixture lot, a Job Mix Compliance Price Adjustment will be determined and applied, as follows: JMCPA = [0.60 x (CPF — 1.00)] x Q x UP AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Where JMCPA = Job Mix Compliance Price Adjustment for a given lot of mixture ($) CPF = Composite Pay factor for a given lot of mixture (maximum is 1.05) Q = Quantity in a given lot of mixture (tons) UP = Unit price of the HMA in a given lot of mixture ($ /ton) 5- 04.3(9)B7 Mixture Statistical Evaluation — Retests The Contractor may request that a mixture sublot be retested. To request a retest, submit a written request to the Contracting Agency within 7 calendar days after the specific test results have been posted to the website or emailed to the Contractor, whichever occurs first. The Contracting Agency will send a split of the original acceptance sample for testing by the Contracting Agency to either the Region Materials Laboratory or the State Materials Laboratory as determined by the Engineer. The Contracting Agency will not test the split of the sample with the same equipment or by the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and Va, and the results of the retest will be used for the acceptance of the HMA mixture in place of the original mixture sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $250 per sample. 5- 04.3(9)C Vacant 5- 04.3(9)D Mixture Acceptance — Visual Evaluation Visual Evaluation of HMA mixture will be by visual inspection by the Engineer or, in the sole discretion of the Engineer, the Engineer may sample and test the mixture. 5- 04.3(9)D1 Mixture Visual Evaluation — Lots, Sampling, Testing, Price Adjustments HMA mixture accepted by Visual Evaluation will not be broken into lots unless the Engineer determines that testing is required. When that occurs, the Engineer will identify the limits of the questionable HMA mixture, and that questionable HMA mixture shall constitute a lot. Then, the Contractor will take samples from the truck, or the Engineer will take core samples from the roadway at a minimum of three random locations from within the lot, selected in accordance with WSDOT Test Method T 716, taken from the roadway in accordance with WSDOT SOP 734, and tested in accordance with WSDOT SOP 737. The Engineer will test one of the samples for all constituents in Section 5- 04.3(9)B3. If all constituents from that test fall within the Job Mix Formula Tolerances (for Visual Evaluation) in Section 9- 03.8(7), the lot will be accepted at the unit Contract price with no further evaluation. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 When one or more constituents fall outside those tolerance limits, the other samples will be tested for all constituents in Section 5- 04.3(9)B3, and a Job Mix Compliance Price Adjustment will be calculated in accordance with Table 13. Table 13 Visual Evaluation — Out of Tolerance Procedures Comply with the Following Pay Factors' Section 5- 04.3(9)B4 Composite Pay Factors2 Section 5- 04.3(9)B5 Price Adjustments Section 5- 04.3(9)B6 The Visual Evaluation tolerance limits in Section 9- 03.8(7) will be used in the calculation of the PF;. 2The maximum CPF shall be 1.00. 5- 04.3(9)E Mixture Acceptance — Notification of Acceptance Test Results The results of all mixture acceptance testing and the Composite Pay Factor (CPF) of the lot after three sublots have been tested will be available to the Contractor through The Contracting Agency's website. The Contracting Agency will endeavor to provide written notification (via email to the Contractor's designee) of acceptance test results through its web - based materials testing system Statistical Analysis of Materials (SAM) within 24 hours of the sample being made available to the Contracting Agency. However, the Contractor agrees: 1. Quality control, defined as the system used by the Contractor to monitor, assess, and adjust its production processes to ensure that the final HMA mixture will meet the specified level of quality, is the sole responsibility of the Contractor. 2. The Contractor has no right to rely on any testing performed by the Contracting Agency, nor does the Contractor have any right to rely on timely notification by the Contracting Agency of the Contracting Agency's test results (or statistical analysis thereof), for any part of quality control and /or for making changes or correction to any aspect of the HMA mixture. 3. The Contractor shall make no claim for untimely notification by the Contracting Agency of the Contracting Agency's test results or statistical analysis. 5- 04.3(10) HMA Compaction Acceptance For all HMA, the Contractor shall comply with the General Compaction Requirements in Section 5- 04.3(10)A. The Contracting Agency will evaluate all HMA for compaction compliance with one of the following - Statistical Evaluation, Visual Evaluation, or Test Point Evaluation - determined by the criteria in Table 14: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Table 14 Criteria for Determining Method of Evaluation for HMA Compaction' Statistical Evaluation Visual Evaluation of Test Point Evaluation of HMA Compaction is HMA Compaction is of HMA Compaction Required For: Required For: is Required For: • Any HMA for which • "HMA for • Any HMA not the specified course Preleveling..." meeting the criteria thickness is greater • "HMA for Pavement for Statistical than 0.10 feet, and Repair..." Evaluation or the HMA is in: o traffic lanes, including but not limited to: Visual Evaluation • ramp lanes • truck climbing lanes • weaving lanes • speed change lanes This table applies to all HMA, and shall be the sole basis for determining the acceptance method for compaction. The Contracting Agency may, at its sole discretion, evaluate any HMA for compliance with the Cyclic Density requirements of Section 5- 04.3(10)B. 5- 04.3(10)A HMA Compaction — General Compaction Requirements Immediately after the HMA has been spread and struck off, and after surface irregularities have been adjusted, thoroughly and uniformly compact the mix. The completed course shall be free from ridges, ruts, humps, depressions, objectionable marks, and irregularities and shall conform to the line, grade, and cross - section shown in the Plans. If necessary, alter the JMF in accordance with Section 9- 03.8(7) to achieve desired results. Compact the mix when it is in the proper condition so that no undue displacement, cracking, or shoving occurs. Compact areas inaccessible to large compaction equipment by mechanical or hand tampers. Remove HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective. Replace the removed material with new HMA, and compact it immediately to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1St of any year through March 31st of the following year. Coverage with a steel wheel roller may precede pneumatic tired rolling. Unless otherwise approved by the Engineer, operate rollers in the static mode when the internal temperature of the mix is less than 175 °F. Regardless of mix temperature, do not operate a roller in a mode that results in checking or cracking of the mat. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 On bridge decks and on the five feet of roadway approach immediately adjacent to the end of bridge /back of pavement seat, operate rollers in static mode only. 5- 04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot section with two or more density readings below 90 percent of the theoretical maximum density. 5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation HMA compaction which is accepted by Statistical Evaluation will be based on acceptance testing performed by the Contracting Agency, and statistical analysis of those acceptance tests results. This will result in a Compaction Price Adjustment. 5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and Sublots HMA compaction which is accepted by Statistical Evaluation will be evaluated by the Contracting Agency dividing the project into compaction lots, and each compaction lot will be evaluated using stratified random sampling by the Contracting Agency sub - dividing each compaction lot into compaction sublots. All mixture in any individual compaction lot shall be of the same mix design. The compaction sublots will be numbered in the order in which the mixture (of a particular mix design) is paved. Each compaction lot comprises a maximum of 15 compaction sublots, except for the final compaction lot of each mix design on the Contract, which comprises a maximum of 25 sublots. Each compaction subiot shall be uniform in size as shown in Table 15, except that the last compaction subiot of each day may be increased to a maximum of two times the compaction subiot quantity calculated. Minor variations in the size of any subiot shall not be cause to invalidate the associated test result. Table 15 HMA Compaction Sublot Size HMA Original Plan Quantity (tons)1 Compaction Sublot Size (tons) <20,000 100 20,000 to 30,000 150 >30,000 200 n determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The following will cause one compaction lot to end prematurely and a new compaction lot to begin: For a compaction lot in progress with a compaction CPF less than 0.75, a new compaction lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. See also Section 5- 04.3(11)F. All HMA which is paved on a bridge and accepted for compaction by Statistical Evaluation will compose a bridge compaction lot. If the contract includes such HMA on more than one bridge, compaction will be evaluated on each bridge individually, as separate bridge compaction lots. Bridge compaction sublots will be determined by the Engineer subject to the following: • All sublots on a given bridge will be approximately the same size. • Sublots will be stratified from the lot. In no case will there be less than 3 sublots in each bridge compaction lot. • No sublot will exceed 50 tons. • Compaction test locations will be determined by the Engineer in accordance with WSDOT FOP for AASHTO T166. 5- 04.3(10)C2 HMA Compaction Statistical Evaluation — Acceptance Testing Comply with Section 1- 06.2(1). The location of HMA compaction acceptance tests will be randomly selected by the Contracting Agency from within each sublot, with one test per sublot. The Contracting Agency will determine the random sample location using WSDOT Test Method T 716. Use Table 16 to determine compaction acceptance test procedures and to allocate compaction acceptance sampling and testing responsibilities between the Contractor and the Contracting Agency. HMA cores shall be taken or nuclear density testing shall occur after completion of the finish rolling, prior to opening to traffic, and on the same day that the mix is placed. Table 16 HMA Compaction Acceptance Testing Procedures and Responsibilities AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 When Contract Includes Bid Item "HMA Core — Roadway" or "HMA Core — Bridge "4 When Contract Does Not Include Bid Item "HMA Core — Roadway" or "HMA Core — Bridge"4 Basis for Test: Cores Cores3 In -Place Density Determined by: Contractor shall take cores' using WSDOT SOP 7342 Contracting Agency will determine core density using FOP for AASHTO T 166 Contracting Agency will take cores' using WSDOT SOP 734 Contracting Agency will determine core density using FOP for AASHTO T 166 Nuclear Density Gauge3 Contracting Agency, using WSDOT FOP for AASHTO T 355 Theoretical Maximum Density Determined by: Contracting Agency, using FOP for AASHTO T 209 Rolling Average of Theoretical Maximum Densities Determined by: Contracting Agency, using WSDOT SOP 729 Percent Compaction in Each Sublot Determined by: Contracting Agency, using WSDOT SOP 736 Contracting Agency, using WSDOT SOP 736 Contracting Agency, using WSDOT FOP for AASHTO T 355 The core diameter shall be 4- inches unless otherwise approved by the Engineer. 2The Contractor shall take the core samples in the presence of the Engineer, at locations designated by the Engineer, and deliver the core samples to the Contracting Agency. 3The Contracting Agency will determine, in its sole discretion, whether it will take cores or use the nuclear density gauge to determine in- place density. Exclusive reliance on cores for density acceptance is generally intended for small paving projects and is not intended as a replacement for nuclear gauge density testing on typical projects. 4The basis for test of all compaction sublots in a bridge compaction lot shall be cores. These cores shall be taken by the Contractor when the Proposal includes the bid item "HMA Cores — Bridge ". When there is no bid item for "HMA Cores — Bridge ", the Engineer will be responsible for taking HMA cores for all compaction sublots in a AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 bridge compaction lot. In either case, the Engineer will determine core location, in -place density of the core, theoretical maximum density, rolling average of theoretical maximum density, and percent compaction using the procedure called for in this Section. When using the nuclear density gauge for acceptance testing of pavement density, the Engineer will follow WSDOT SOP 730 for correlating the nuclear gauge with HMA cores. When cores are required for the correlation, coring and testing will be by the Contracting Agency. When a core is taken for gauge correlation at the location of a sublot, the relative density of the core will be used for the sublot test result and is exempt from retesting. 5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments For each HMA compaction lot (that is accepted by Statistical Evaluation) which has less than three compaction sublots, for which all compaction sublots attain a minimum of 91 percent compaction determined in accordance with WSDOT FOP for AASHTO T 355 (or WSDOT SOP 736 when provided by the Contract), the HMA will be accepted at the unit Contract price with no further evaluation. For each HMA compaction lot (that is accepted by Statistical Evaluation) which does not meet the criteria in the preceding paragraph, the compaction lot shall be evaluated in accordance with Section 1- 06.2(2) to determine the appropriate Compaction Price Adjustment (CPA). All of the test results obtained from the acceptance samples from a given compaction lot shall be evaluated collectively. Additional testing by either a nuclear density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For the statistical analysis in Section 1 -06.2, use the following values: x = Percent compaction of each sublot USL = 100 LSL= 91 Each CPA will be determined as follows: CPA = [0.40 x (CPF — 1.00)] x Q x UP Where CPA = CPF = Q= UP = Compaction Price Adjustment for the compaction lot ($) Composite Pay Factor for the compaction lot (maximum is 1.05) Quantity in the compaction lot (tons) Unit price of the HMA in the compaction lot ($ /ton) 5- 04.3(10)C4 HMA Statistical Compaction — Requests for Retesting For a compaction sublot that has been tested with a nuclear density gauge that did not meet the minimum of 91 percent of the theoretical AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 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, taken at the same location as the nuclear density test, be used for determination of the relative density of the compaction sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the compaction sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the compaction sublot have been provided or made available to the Contractor. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for retesting. When the CPF for the compaction lot based on the results of the cores is less than 1.00, the Contracting Agency will deduct the cost for the coring from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5- O4.3(1O)D HMA Compaction — Visual Evaluation Visual Evaluation will be the basis of acceptance for compaction of the Bid items "HMA for Pavement Repair Cl. PG "and "HMA for Prelevelling Class PG ". This HMA shall be thoroughly compacted to the satisfaction of the Engineer. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller. 5- O4.3(1O)E HMA Compaction — Test Point Evaluation When compaction acceptance is by Test Point Evaluation, compact HMA based on a test point evaluation of the compaction train. Perform the test point evaluation 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- O4.3(1O)F HMA Compaction Acceptance — Notification of Acceptance Test Results The obligations and responsibilities for notifying the Contractor of compaction acceptance test results are the same as for mixture acceptance test results. See Section 5- O4.3(9)E. 5- 04.3(11) Reject Work This Section applies to HMA and all requirements related to HMA (except aggregates prior to being incorporated into HMA). For rejection of aggregate prior to its incorporation into HMA refer to Section 3 -04. 5- 04.3(11)A Reject Work — General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 5- 04.3(11)B Rejection by Contractor The Contractor may, prior to acceptance sampling and testing, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5- 04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests the rejected material to be tested. If the Contractor requests testing, acceptance will be by Statistical Evaluation, and a minimum of three samples will be obtained and tested. When uncompacted material is required for testing but not available, the Engineer will determine random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores in accordance with WSDOT SOP 734, and test the cores in accordance with WSDOT SOP 737. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5- 04.3(11)D Rejection — A Partial Sublot (Mixture or Compaction) In addition to the random acceptance sampling and testing, the Engineer may also isolate from a mixture or compaction sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. The Contracting Agency will obtain a minimum of three random samples of the suspect material and perform the testing. When uncompacted material is required for testing but is not available, the Engineer will select random sample locations on the roadway in accordance with WSDOT Test Method T 716, take cores samples in accordance with WSDOT SOP 734, and test the material in accordance with WSDOT SOP 737. The material will then be statistically evaluated as an independent lot in accordance with Section 1- 06.2(2). 5- 04.3(11)E Rejection — An Entire Sublot (Mixture or Compaction) An entire mixture or compaction sublot that is suspected of being defective may be rejected. When this occurs, a minimum of two additional random samples from this sublot will be obtained. When uncompacted material is required for the additional samples but the material has been compacted, the Contracting Agency will take and test cores from the roadway as described in AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Section 5- 04.3(11)D. The additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1- 06.2(2). 5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced when: 1. the Composite Pay Factor (CPF) of a mixture or compaction lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. the Pay Factor (PF;) for any constituent of a mixture or compaction lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. either the PF; for any constituent (or the CPF) of a mixture or compaction lot in progress is less than 0.75. 5- 04.3(11)G Rejection — An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5- 04.3(12) Joints 5- 04.3(12)A HMA Joints 5- 04.3(12)A1 Transverse Joints Conduct operations such that placement of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed, but the roller may pass over the unprotected end of the freshly laid HMA only when the placement of the course is discontinued for such a length of time that the HMA will cool below compaction temperature. When the Work is resumed, cut back the previously compacted HMA to produce a slightly beveled edge for the full thickness of the course. Construct a temporary wedge of HMA on a 50H:1V where a transverse joint as a result of paving or planing is open to traffic. Separate the HMA in the temporary wedge from the permanent HMA upon which it is placed by strips of heavy wrapping paper or other methods approved by the Engineer. Remove the wrapping paper and trim the joint to a slightly beveled edge for the full thickness of the course prior to resumption of paving. Waste the material that is cut away and place new HMA against the cut. Use rollers or tamping irons to seal the joint. 5- 04.3(12)A2 Longitudinal Joints Offset the longitudinal joint in any one course from the course immediately below by not more than 6 inches nor Tess than 2 inches. Locate all longitudinal joints constructed in the wearing course at a lane line or an edge line of the Traveled Way. Construct a notched wedge joint along all longitudinal joints in the wearing surface of new HMA AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size nor more than 1/2 of the compacted lift thickness, and then taper down on a slope not steeper than 4H:1 V. Uniformly compact the sloped portion of the HMA notched wedge joint. On one -lane ramps a longitudinal joint may be constructed at the center of the traffic lane, subject to approval by the Engineer, if: 1. The ramp must remain open to traffic, or 2. The ramp is closed to traffic and a hot -lap joint is constructed. a. Two paving machines shall be used to construct the hot -lap joint. b. The pavement within 6 inches of the hot -lap joint will not be excluded from random location selection for compaction testing. c. Construction equipment other than rollers shall not operate on any uncompacted HMA. When HMA is placed adjacent to cement concrete pavement, construct longitudinal joints between the HMA and the cement concrete pavement. Saw the joint to the dimensions shown on Standard Plan A -40.10 and fill with joint sealant meeting the requirements of Section 9 -04.2. 5- 04.3(12)B Bridge Paving Joint Seals 5- 04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint sealsto be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the HMA overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified in the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with Section 5- 05.3(8). Apply the sealant in accordance with Section 5- 05.3(8)B and the manufacturer's application procedure. 5- 04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in Section 5- 04.3(12)B1 and the following requirement: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1117/17 1. Clean and seal the existing joint between concrete panels in accordance with Section 5- 01.3(8) and the details shown in the Standard Plans. 5- 04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the Tower edge of a 10 -foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, correct the pavement surface by one of the following methods: 1. Remove material from high places by grinding with an approved grinding machine, or 2. Remove and replace the wearing course of HMA, or 3. By other method approved by the Engineer. Correct defects until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When portland cement concrete pavement is to be placed on HMA, the surface tolerance of the HMA shall be such that no surface elevation lies above the Plan grade minus the specified Plan depth of portland cement concrete pavement. Prior to placing the portland cement concrete pavement, bring any such irregularities to the required tolerance by grinding or other means approved by the Engineer. When utility appurtenances such as manhole covers and valve boxes are located in the Traveled Way, pave the Roadway before the utility appurtenances are adjusted to the finished grade. 5- 04.3(14) Planing Bituminous Pavement Plane in such a manner that the underlying pavement is not torn, broken, or otherwise damaged by the planing operation. Delamination or raveling of the underlying pavement will not be construed as damage due to the Contractor's operations. Pavement outside the limits shown in the Plans or designated by the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Engineer that is damaged by the Contractor's operations shall be repaired to the satisfaction of the Engineer at no additional cost to the Contracting Agency. For mainline planing operations, use equipment with automatic controls and with sensors for either or both sides of the equipment. The controls shall be capable of sensing the grade from an outside reference line, or a mat - referencing device. The automatic controls shall have a transverse slope controller capable of maintaining the mandrel at the desired transverse slope (expressed as a percentage) within plus or minus 0.1 percent. Remove all loose debris from the planed surface before opening the planed surface to traffic. The planings and other debris resulting from the planing operation shall become the property of the Contractor and be disposed of in accordance with Section 2- O3.3(7)C, or as otherwise allowed by the Contract. 5- 04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the Plans. Construct the fog seal in accordance with Section 5 -02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5- 04.3(16) HMA Road Approaches Construct HMA approaches at the locations shown in the Plans or where staked by the Engineer, in accordance with Section 5 -04. 5 -04.4 Measurement HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will be measured by the ton in accordance with Section 1 -09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), the material removed will not be measured. Roadway cores will be measured per each for the number of cores taken. Crack Sealing -LF will be measured by the linear foot along the line of the crack. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Temporary pavement marking will be measured by the linear foot as provided in Section 8- 23.4. Water will be measured by the M gallon as provided in Section 2 -07.4. 5 -04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. PG ", per ton. "HMA for Approach Cl. PG ", per ton. "HMA for Preleveling Cl. PG ", per ton. "HMA for Pavement Repair Cl. PG ", per ton. "Commercial HMA ", per ton. The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. PG ", and "Commercial HMA" shall be full compensation for all costs, including anti - stripping additive, incurred to carry out the requirements of Section 5 -04 except for those costs included in other items which are included in this Subsection and which are included in the Proposal. "Crack Sealing -FA ", by force account. "Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the total Bid by the Contractor. "Crack Sealing -LF ", per linear foot. The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment for all costs incurred to perform the Work described in Section 5- O4.3(4)A. "Soil Residual Herbicide ft. Wide ", per mile, or "Soil Residual Herbicide ", per square yard. The unit Contract price per mile or per square yard for "Soil Residual Herbicide" shall be full payment for all costs incurred to obtain, provide and install herbicide in accordance with Section 5- O4.3(4)B. "Pavement Repair Excavation Incl. Haul ", per square yard. The unit Contract price per square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(4)C with the exception, however, that all costs involved in the placement of HMA shall be included in the unit Contract price per ton for "HMA for Pavement Repair Cl. PG ", per ton. "Asphalt for Fog Seal ", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5 -02.5. "Longitudinal Joint Seal ", per linear foot. The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full payment for all costs incurred to construct the longitudinal joint between HMA and cement concrete pavement, as described in Section 5- O4.3(12)B. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 "HMA Sawcut And Seal ", per linear foot. The unit Contract price per linear foot for "HMA Sawcut And Seal" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B1. "Paved Panel Joint Seal ", per linear foot. The unit Contract price per linear foot for "Paved Panel Joint Seal" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(12)B2. "Planing Bituminous Pavement ", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5- 04.3(14). "Temporary Pavement Marking ", per linear foot. Payment for "Temporary Pavement Marking" is described in Section 8 -23.5. "Water ", per M gallon. Payment for "Water" is described in Section 2 -07.5. "Job Mix Compliance Price Adjustment ", by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5- 04.3(9)B6 and 5- 04.3(9)D1. "Compaction Price Adjustment ", by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5- 04.3(10)03. "HMA Core — Bridge ", per each. The unit Contract price per each for "HMA Core — Bridge" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is on a bridge deck. "HMA Core — Roadway ", per each. The unit Contract price per each for "HMA Core — Roadway" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is not on a bridge deck. "Cyclic Density Price Adjustment ", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5- 04.3(10)B. 5- 05.AP5 Section 5 -05, Cement Concrete Pavement January 3, 2017 5- 05.3(1) Concrete Mix Design for Paving In last sentence of the second paragraph of item number 1, the reference to "Section 9- 01.2(4)" is revised to read "Section 9- 01.2(1)B ". The following is inserted after item number 2: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 3. Mix Design Modifications - The Contractor may initiate adjustments to the aggregate proportions of the approved mix design. An adjustment in both the fine and coarse aggregate batch target weights of plus or minus 200 pounds per cubic yard will be allowed without resubmittal of the mix design. The adjusted aggregate weights shall become the new batch target weights for the mix design. Item number 3 is renumbered to 4 and revised (up until the table) to read: 4. Conformance to Mix Design - Cement and coarse and fine aggregate weights shall be within the following tolerances of the batch target weights of the mix design: Portland Cement Concrete Batch Weights Cement +5% -1% Coarse Aggregate +2% -2% Fine Aggregate +2% -2% 5- 05.3(3)B Mixing Equipment The last sentence of item number 4 is revised to read: Plant -mixed concrete may be transported in nonagitated vehicles provided that the concrete is in a workable condition when placed and: a. discharge is completed within 45 minutes after the introduction of mixing water to the cement and aggregates, or b. discharge is completed within 60 minutes after the introduction of mixing water to the cement and aggregates, provided the concrete mix temperature is 70 °F or below during placement, or c. discharge is completed within 60 minutes after the introduction of mixing water to the cement and aggregates, provided the mix contains an approved set retarder at the manufacturer's minimum dosage rate. 5- 05.3(6) Subgrade This section, including title, is revised to read: 5- 05.3(6) Surface Preparation The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond each edge of the area which is to receive concrete pavement in order to accommodate the slip - form equipment. Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 1. The surface shall be moist; 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the surface. 3. The surface shall be clean and free of any deleterious materials. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 4. The surface temperature shall not exceed 120 °F or be frozen. 5- 05.3(7)A Slip -Form Construction The second sentence of the first paragraph is revised to read: ' The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose, or by an electronic control system capable of controlling the 1 line and grade within required tolerances. 6- 02.AP6 1 Section 6 -02, Concrete Structures January 3, 2017 ' 6- 02.3(2) Proportioning Materials In the sixth paragraph, the reference to "Section 9- 01.2(4)" is revised to read "9- 01.2(1)B ". 1 6- 02.3(2)A Contractor Mix Design The following new sentence is inserted after the first sentence of the third paragraph: 1 The mix design submittal shall also include test results no older than one year showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9 -03. 6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D The following new sentence is inserted after the second sentence of the last paragraph: 1 Mix designs using shrinkage reducing admixture shall state the specific quantity required. The following new sentence is inserted before the last sentence of the last paragraph: Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal. 6- 02.3(2)B Commercial Concrete The last sentence of the first paragraph is revised to read: 1 Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures. ' 6- 02.3(6)A1 Hot Weather Protection This section is revised to read: 1 The Contractor shall provide concrete within the specified temperature limits. Cooling of the coarse aggregate piles by sprinkling with water is permitted provided the moisture content is monitored and the mixing water is adjusted for the free water in the aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles moisture content shall be monitored and the mixing water adjusted for the free water in the aggregate. In addition, 1 when removing the coarse aggregate, it shall be removed from at least 1 foot above the ' AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1117/17 bottom of the pile. Refrigerating mixing water; or replacing all or part of the mixing water with crushed ice, provided the ice is completely melted by placing time. If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted methods to cool all concrete - contact surfaces to less than 90 °F. These surfaces include forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 6- 02.3(6)A2 Cold Weather Protection This section is revised to read: Concrete shall be maintained at or above a temperature of 40 °F during the first seven days of the Cold Weather Protection Period and at or above a temperature of 35 °F during the remainder of the Cold Weather Protection Period. Cold weather protection requirements do not apply to concrete placed below the ground line. Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working Drawing with a written procedure for cold weather concreting. The procedure shall detail how the Contractor will adequately cure the concrete and prevent the concrete temperature from falling below the minimum temperature. Extra protection shall be provided for areas especially vulnerable to freezing (such as exposed top surfaces, corners and edges, thin sections, and concrete placed into steel forms). Concrete placement will only be allowed if the Contractor's cold weather protection plan has been accepted by the Engineer. Prior to concrete placement, the Contractor shall review the 7 -day temperature predictions for the job site from the Western Region Headquarters of the National Weather Service (www.wrh.noaa.gov). When temperatures below 35 °F are predicted, the Contractor shall: 1. Install temperature data loggers in each concrete pour. One data logger shall be installed for every 100 yards of concrete placed. Data loggers shall be installed at locations directed by the Engineer, and shall be placed 1.5 inches from the face of concrete. 2. Immediately after concrete placement, temperature data loggers shall be installed on the concrete surface at locations directed by the Engineer. One data logger shall be installed for every 100 yards of concrete placed. The data loggers shall be operated continuously during the Cold Weather Protection Period. Temperatures shall be measured, recorded and stored a minimum of every 30 minutes. Temperature date shall be submitted to the Engineer as a Type 1 Working Drawing within three days following the end of the Cold Weather Protection Period. If the concrete temperature falls below 40 °F during the first seven days of the Cold Weather Protection Period, no curing time is awarded for that day and the Cold Weather Protection Period is extended for one additional day. If the concrete temperature falls below 35 °F during Cold Weather Protection Period, the concrete may be rejected by the Engineer. 6- 02.3(17)K Concrete Forms on Steel Spans In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 6- 02.3(17)N Removal of Falsework and Forms The fifth paragraph is deleted. 6- 02.3(25)J Horizontal Alignment The first paragraph (up until the colon) is revised to read: The Contractor shall check and record the horizontal alignment (sweep) of each girder at the following times: 1 The second and third paragraphs are revised to read: Horizontal alignment of the top and bottom flanges shall be checked and recorded. Alternatively, the Contractor may check and record the horizontal alignment of the web near mid - height of the girder. Each check shall be made by measuring the maximum offset ' at mid -span relative to a chord that starts and stops at the girder ends. The Contractor shall check and record the alignment at a time when the girder is not influenced by temporary differences in surface temperature. Records for the initial check (item 1 above) shall be ' included in the Contractor's prestressed concrete certificate of compliance. Records for all other checks shall be submitted as a Type 1 Working Drawing. Immediately after the girder is removed from the casting bed, the alignment shall not be ' offset more than 1/8 inch for each 10 feet of girder length. Any girder that exceeds an offset of inch for each 10 feet of girder length shall be corrected at the job site to the 1/8 inch maximum offset per 10 feet of girder length before concrete is placed into the diaphragms. ' 6- 02.3(25)0 Girder to Girder Connections The first sentence of item number 2 in the second paragraph is revised to read: Intermediate diaphragms shall be placed and weld ties shall be welded in accordance with Section 6- 03.3(25). 6- 02.3(26)D2 Test Block Dimensions The first sentence is revised to read: 1 The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the ' special anchorage device manufacturer, with the stipulation that the concrete cover over any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for the project- specific application and circumstances. 1 6- 02.3(26)E2 Ducts for External Exposed Installation In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ". 1 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ". 6- 02.3(26)G Tensioning 1 Item number 1 of the second paragraph is revised to read: 1. All concrete has reached a compressive strength of at least 4,000 psi or the strength 1 specified in the Plans. When tensioning takes place prior to 28 -day compressive AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 strength testing on concrete sampled in accordance with Section 6- 02.3(25)H, compressive strength shall be verified on field cured cylinders in accordance with the FOP for AASHTO T23. 6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units Item number 2 of the first paragraph is revised to read: 2. Precast reinforced concrete three -sided structures, box culverts and split box culverts in accordance with Section 7- 02.3(6). 6- 03.AP6 Section 6 -03, Steel Structures January 3, 2017 6- 03.3(33) Bolted Connections In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490 ", "ASTM F1852" is revised to read "ASTM F3125 Grade F1852 ", and "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325 ". In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490 ". 6- 05.AP6 Section 6 -05, Piling August 1, 2016 In this section, the words "capacity" and "capacities" are replaced with "resistance" and "resistances ", respectively. 6- 05.3(1) Piling Terms The third paragraph is revised to read: Overdriving — Over - driving of piles occurs when the ultimate bearing resistance calculated from the equation in Section 6- 05.3(12), or the wave equation driving criteria if applicable, exceeds the ultimate bearing resistance required in the Contract in order to reach the minimum tip elevation specified in the Contract, or as required by the Engineer. The first sentence of the last paragraph is revised to read: Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile tip shall be driven. 6- 05.3(3)A Casting and Stressing The last sentence of the third paragraph is revised to read: If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 05.3(5) Manufacture of Steel Piles This section is supplemented with the following new paragraph: At least 14 -days prior to the start of production of the piling, the Contractor shall advise the Engineer of the production schedule. The Contractor shall give the Inspector safe and free access to the Work. If the Inspector observes any nonspecification Work or unacceptable quality control practices, the Inspector will advise the plant manager. If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to rejection by the Engineer. 6- 05.3(9)A Pile Driving Equipment Approval The first sentence of the second paragraph 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 maximum driving resistances of greater than 300 tons. 6- 07.AP6 Section 6 -07, Painting August 1, 2016 6- 07.3(10)A Containment The first sentence of the fourth paragraph is replaced with the following two new sentences: The containment system shall ensure no discharge into waters of the state. When there is no threat to discharging to the waters of the state, emissions shall not exceed the Level 2 Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and assessed by Method A, Visible Emissions. 6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste The third, fourth and fifth paragraphs are deleted and replaced with the following two new paragraphs: Containment waste is defined as all paint chips and debris removed from the steel surface and all abrasive blast media, as contained by the containment system. After all waste from the containment system has been collected, the Contractor shall collect representative samples of the components that field screening indicates are lead- contaminated material. The Contractor shall collect at least one representative sample from each container. The Contractor may choose to collect a composite sample of each container, but the composite sample must consist of several collection points (a minimum of 3 random samples) that are representative of the entire contents of the container and representative of the characteristics of the type of waste in the container. In accordance with WAC 173 -303- 040, a representative sample means "a sample which can be expected to exhibit the average properties of the sample source." The debris shall be tested for metals using the Toxicity Characteristics Leaching Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant to the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste that contains contaminants which occur at concentrations at or above the DW threshold must be designated as DW." All material within each individual container or containment system that designates as DW shall be disposed of at a legally permitted Subtitle C Hazardous Waste Landfill. All material within each individual container or containment system that designate below the DW threshold, will be designated as "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill. Disposal shall be in accordance with WAC 173 -303 for waste designated "Dangerous Waste" and pursuant to WAC 173 -350 for waste designated as "Solid Waste ". 6- 08.AP6 Section 6 -08, Waterproofing January 3, 2017 This section and all subsections, including title, is revised to read: 6 -08 Bituminous Surfacing on Structure Decks 6 -08.1 Description This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous Surface Treatment (BST) directly on or over a Structure. This Work also includes performing concrete bridge deck repair, applying waterproofing membrane, and sealing paving joints. 6 -08.2 Materials Materials shall meet the requirements of the following sections: Bituminous Surface Treatment Hot Mix Asphalt Joint Sealants Closed Cell Foam Backer Rod Waterproofing Membrane (Deck Seal) Bridge Deck Repair Material 5 -02.2 5 -04.2 9 -04.2 9- 04.2(3)A 9 -11 9 -20.5 6 -08.3 Construction Requirements 6- 08.3(1) Definitions Adjusted Removal Depth — the Bituminous Pavement removal depth specified by the Engineer to supersede the Design Removal Depth after review of the Contractor survey of the existing Bituminous Pavement grade profile. Bituminous Pavement — the surfacing material containing an asphalt binder. Design Removal Depth — the value shown in the "pavement schedule" or elsewhere in the Plans to indicate the design thickness of Bituminous Pavement to be removed. Final Grade Profile — the compacted finished grade surface of completed Bituminous Pavement surfacing consisting of a vertical profile and superelevation cross - slope, developed by the Engineer for Grade Controlled Structure Decks based on the Contractor survey. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Grade Controlled — a Structure Deck requiring restriction of Bituminous Pavement work, including restriction of pavement removal methods and restriction of overlay pavement thicknesses. Structure Deck — the bridge deck (concrete or timber), bridge approach slab, top of concrete box culvert, or other concrete surfaces over or upon which existing Bituminous Pavement is removed and new Bituminous Pavement is applied. 6- 08.3(2) Contractor Survey for Grade Controlled Structure Decks Prior to removing existing Bituminous Pavement from a Grade Controlled Structure Deck, the Contractor shall complete a survey of the existing surface for use in establishing the existing cross section and grade profile elevations. When removal of Bituminous Pavement is to be achieved by rotary milling /planing, the Contractor's survey shall also include the depths of the existing surfacing at each survey point. The Contractor is responsible for all calculations, surveying, installation of control points, and measuring required for setting, maintaining and resetting equipment and materials necessary for the construction of the overlay to the Final Grade Profile. 6- 08.3(2)A Survey Requirements The Contractor shall establish at least two primary survey control points for controlling actual Bituminous Pavement removal depth and the Final Grade Profile. Horizontal control shall be by station and offset which shall be tied to either the Roadway centerline or the Structure centerline. Vertical control may be an assumed datum established by the Contractor. Primary control points shall be described by station or milepost and offset on the baseline selected by the Contractor. The Contractor may expand the survey control information to include secondary horizontal and vertical control points as needed for the project. Survey information collected shall include station or milepost, offset, and elevation for each lane line and curb line. Survey information shall be collected at even 20 foot station intervals, and along the centerline of each bridge expansion joint. The survey shall extend 300' -0" beyond the bridge back of pavement seat or end of Structure Deck. The survey information shall include the top of Bituminous Pavement elevation and, when rotary milling /planing equipment is used, the corresponding depth of Bituminous Pavement to the Structure Deck. The Contractor shall ensure a surveying accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for horizontal control. Voids in HMA created by the Contractor's Bituminous Pavement depth measurements shall be filled by material conforming to Section 9 -20 or another material acceptable to the Engineer. 6- 08.3(2)B Survey Submittal The Contractor's survey records shall include descriptions of all survey control points including station /milepost, offset, and elevations of all secondary AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 control points. The Contractor shall maintain survey records of sufficient detail to allow the survey to be reproduced. The Contractor shall submit a Type 2 Working Drawing consisting of the compiled survey records and information. Survey data shall be submitted as an electronic file in Microsoft Excel format. 6- 08.3(2)C Final Grade Profile and Adjusted Removal Depth Based on the results of the survey, the Engineer may develop a Final Grade Profile and Adjusted Removal Depth. If they are developed, the Final Grade Profile and Adjusted Removal Depth will be provided to the Contractor within three working days after receiving the Contractor's survey information. When provided, the Adjusted Removal Depth supersedes the Design Removal Depth to become the Bituminous Pavement removal depth for that Structure Deck. 6- 08.3(3) General Bituminous Pavement Removal Requirements The Contractor shall remove Bituminous Pavement and associated deck repair material from Structure Decks to the horizontal limits shown in the Plans and to either the specified or adjusted Bituminous Pavement removal depth as applicable. Removal of Bituminous Pavement within 12- inches of existing permanent features that limit the reach of the machine or the edge of the following items shall be by hand or by hand operated (nominal 30- pounds class) power tools: existing bridge expansion joint headers; steel expansion joint assemblies; concrete butt joints between back of pavement seats and bridge approach slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies fastened to the side or top of the Structure Deck. When removing Bituminous Pavement with a planer, Section 5- 04.3(14) shall apply. If the planer contacts the Structure Deck in excess of the specified planing depth tolerance, or contacts steel reinforcing bars at any time, the Contractor shall immediately cease planing operations and notify the Engineer. Planing operations shall not resume until completion of the appropriate adjustments to the planing machine and receiving the Engineer's concurrence to resume. 6- 08.3(4) Partial Depth Removal of Bituminous Pavement from Structure Decks The depth of surfacing removal, as measured to the bottom of the lowest milling groove generated by the rotary milling /planing machine shall be +0.01, -0.02 -feet of the specified or Adjusted Removal Depth as applicable. 6- 08.3(5) Full Depth Removal of Bituminous Pavement from Structure Decks 6- 08.3(5)A Method of Removal The Contractor shall perform full depth removal by a method that does not damage or remove the Structure Deck in excess of the specified Bituminous Pavement removal tolerance. The Contractor shall submit a Type 2 Working Drawing consisting of the proposed methods and equipment to be used for full depth removal. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 08.3(5)B Planer Requirements for Full Depth Removal The final planed surface shall have a finished surface with a tolerance of +0.01, -0.02 feet within the planed surface profile, as measured from a 10 -foot straight edge. Multiple passes of planing to achieve smoothness will not be allowed. In addition to Section 6- 08.3(3), the planing equipment shall conform to the following additional requirements: 1. The cutting tooth spacing on the rotary milling head shall be less than or equal to 1/4 inch. 2. The rotary milling /planing machine shall have cutting teeth that leave a uniform plane surface at all times. All teeth on the mill head shall be kept at a maximum differential tolerance of 3/8 -inch between the shortest and longest tooth, as measured by a straight edge placed the full width of the rotary milling head. 3. Cutting tips shall be replaced when 30 percent of the total length of the cutting tip material remains. Prior to each day's Bituminous Pavement removal operations, the Contractor shall confirm to the satisfaction of the Engineer that the rotary head cutting teeth are within the specified tolerances. 6- 08.3(5)C Structure Deck Cleanup after Bituminous Pavement Removal Waterproofing membrane that is loose or otherwise not firmly bonded to the Structure Deck shall be removed as an incidental component of the Work of surfacing removal. Existing waterproofing membrane bonded to the Structure Deck need not be removed. 6- 08.3(6) Repair of Damage due to Bituminous Pavement Removal Operations All concrete bridge deck, pavement seat, and steel reinforcing bar damage due to the Contractor's surfacing removal operations shall be repaired by the Contractor in accordance with Section 1- 07.13, and as specified below. Damaged concrete in excess of the specified Bituminous Pavement removal tolerance shall be repaired in accordance with Section 6- 08.3(7), with the bridge deck repair material placed to the level of the surrounding bridge deck and parallel to the final grade paving profile. Damaged steel reinforcing bar shall be repaired as follows: 1. Damage to steel reinforcing bar resulting in a section loss less than 20- percent of the bar with no damage to the surrounding concrete shall be left in place and shall be repaired by removing the concrete to a depth %- inches around the top steel reinforcing bar and placing bridge deck repair material accepted by the Engineer to the level of the bridge deck and parallel to the final grade paving profile. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 2. Damage to steel reinforcing bar resulting in a section loss of 20- percent or more in one location, bars partially or completely removed from the bridge deck, or where there is a lack of bond to the concrete, shall be repaired by removing the adjacent concrete and splicing a new bar of the same size. Concrete shall be removed to provide a 1/4-inch minimum clearance around the bars. The splice bars shall extend a minimum of 40 bar diameters beyond each end of the damage. 6- 08.3(7) Concrete Deck Repair This Work consists of repairing the concrete deck after Bituminous Pavement has been removed. 6- O8.3(7)A Concrete Deck Preparation The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish the extent of bridge deck repair in accordance with Section 6- 09.3(6), except item 4 in Section 6- 09.3(6) does not apply. Areas of Structure Deck left with existing well bonded waterproof membrane after full depth Bituminous Pavement removal are exempt from this inspection requirement. All loose and unsound concrete within the repair area shall be removed with jackhammers or chipping hammers no more forceful than the nominal 30 pounds class, or other mechanical means acceptable to the Engineer, and operated at angles less than 45 degrees as measured from the surface of the deck to the tool. If unsound concrete exists around the existing steel reinforcing bars, or if the bond between concrete and steel reinforcing bar is broken, the Contractor shall remove the concrete to provide a 1/4 inch minimum clearance to the bar. The Contractor shall take care to prevent damage to the existing steel reinforcing bars and concrete to remain. After removing sufficient concrete to establish the limits of the repair area, the Contractor shall make 1/4 inch deep vertical saw cuts and maintain square edges at the boundaries of the repair area. The exposed steel reinforcing bars and concrete in the repair area shall be abrasive blasted and blown clean just prior to placing the bridge deck repair material. 6- 08.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane- Hybrid Polymer Concrete The ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete shall be mixed in accordance with the manufacturer's recommendations. Aggregate shall conform to the gradation limit requirements recommended by the manufacturer. The aggregate and the ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete shall be applied to the repair areas in accordance with the sequence and procedure recommended by the manufacturer. All repairs shall be float finished flush with the surrounding surface within a tolerance of inch of a straight edge placed across the full width and breadth of the repair area. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 08.3(7)C Pre - Packaged Cement Based Repair Mortar The Contractor shall mix the pre - packaged cement based repair mortar using equipment, materials and proportions, batch sizes, and process as recommended by the manufacturer. All repairs shall be float finished flush with the surrounding surface within a tolerance of inch of a straight edge placed across the full width and breadth of the repair area. 6- 08.3(7)D Cure All bridge deck repair areas shall be cured in accordance with the manufacturer's recommendations and attain a minimum compressive strength of 2,500 psi before allowing vehicular and foot traffic on the repair and placing waterproofing membrane on the bridge deck over the repair. 6- 08.3(8) Waterproof Membrane for Structure Decks This work consists of furnishing and placing a waterproof sheet membrane system over a prepared Structure Deck prior to placing an HMA overlay. The waterproof membrane system shall consist of a sheet membrane adhered to the Structure Deck with a primer. The Contractor shall comply with all membrane manufacturer's installation recommendations. 6- 08.3(8)A Structure Deck Preparation The Structure Deck and ambient air temperatures shall be above 50 °F and the Structure Deck shall be surface -dry at the time of the application of the primer and membrane. All areas of a Structure Deck that have fresh cast bridge deck concrete less than 28 days old (not including bridge deck repair concrete placed in accordance with Section 6- 08.3(7)) shall cure for a period of time recommended by the membrane manufacturer, or as specified by the Engineer, before application of the membrane. The entire Structure Deck and the sides of the curb and expansion joint headers to the height of the HMA overlay shall be free of all foreign material such as dirt, grease, etc. Prior to applying the primer or sheet membrane, all dust and loose material shall be removed from the Structure Deck with compressed air. All surface defects such as spalled areas, cracks, protrusions, holes, sharp edges, ridges, etc., and other surface imperfections greater than 1/4 inch in width shall be corrected prior to application of the membrane. 6- 08.3(8)B Applying Primer The primer shall be applied to the cleaned deck surfaces at the rate according to the procedure recommended by the membrane manufacturer. All surfaces to be covered by the membrane shall be thoroughly and uniformly coated with primer. Structure Deck areas left with existing well bonded waterproof membrane after bituminous surfacing removal shall receive an application of primer in accordance with the membrane manufacturer's recommendations. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Precautionary measures shall be taken to ensure that pools and thick layers of primer are not left on the deck surface. The membrane shall not be applied until the primer has cured or volatile material has substantially dissipated, in accordance with the membrane manufacturer's recommendations. The primer and waterproof membrane shall extend from the bridge deck up onto the curb face and expansion joint header face the thickness of the HMA overlay. The membrane shall adhere to the vertical surface. 6- O8.3(8)C Placing Waterproof Membrane Membrane application shall begin at the low point on the deck, and continue in a lapped shingle pattern. The overlap shall be a minimum of six inches or greater if recommended by the membrane manufacturer. Membrane seams shall be sealed as recommended by the membrane manufacturer. Hand rollers or similar tools shall be used on the applied membrane to assure firm and uniform contact with the primed Structure surfaces. The fabric shall be neatly cut and contoured at all expansion joints and drains. The cuts at bridge drains shall be two right angle cuts made to the inside diameter of the bridge deck drain outlet, after which the corners of the waterproof membrane shall be turned down into the drains and laid in a coating of primer. 6- O8.3(8)D Membrane Repair and Protection The waterproof membrane will be visually inspected by the Engineer for uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other defects. All such deficiencies shall be repaired in accordance with the membrane manufacturer's recommendations prior to placement of the HMA overlay. The membrane material shall be protected from damage due to the paving operations in accordance with the membrane manufacturer's recommendations. No traffic or equipment except that required for the actual waterproofing and paving operations will be permitted to travel or rest on the membrane until it is covered by the HMA overlay. The use of windrows is not allowed for laydown of HMA on a membrane. Where waterproofing membrane is placed in stages or applied at different times, a strip of temporary paper shall be used to protect the membrane overlap from the HMA hand removal methods. 6- 08.3(9) Placing Bituminous Pavement on Structure Decks HMA overlay shall be applied on Grade Controlled Structure Decks using reference lines for vertical control in accordance with Section 5- O4.3(3)C. The compacted elevation of the HMA overlay on Structure Decks shall be within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as applicable. Deviations from the final grade paving profile in excess of the specified tolerance and areas of non - conforming surface smoothness shall be corrected in accordance with Section 5- 04.3(13). AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1117/17 Final grade Roadway transitions to a Structure Deck with Bituminous Pavement shall not exceed a 0.20 percent change in grade in accordance with the bridge deck transition for HMA overlay Standard Plan, unless shown otherwise in the Plans. Final grade compacted HMA elevations shall be higher than an adjacent concrete edge by'/ inch ± 1/8 inch at all expansion joint headers and concrete butt joints as shown in the concrete to asphalt butt joint details of the bridge paving joint seals Standard Plan. This also applies to steel edges within the limits of the overlay such as bridge drain frames and steel joint riser bars at bridge expansion joints. 6- O8.3(9)A Protection of Structure Attachments and Embedments The Contractor is responsible for protecting all Structure attachments and embedments from the application of BST and HMA. Drainage inlets that are to remain open, and expansion joints, shall be cleaned out immediately after paving is completed. Materials passing through expansion joints shall be removed from the bridge within 10 working days. All costs incurred by the Contractor in protective measures and clean up shall be included in the unit Contract prices for the associated Bid items of Work. 6- 08.3(10) HMA Compaction on Structure Decks Compaction of HMA on Structure Decks shall be in accordance with Section 5- 04.3(10). Work rejected in accordance with Section 5- 04.3(11) shall include the materials, work, and incidentals to repair an existing waterproof membrane damaged by the removal of the rejected work. 6- 08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal Bridge paving joint seals shall be installed in accordance with Section 5- O4.3(12)B and the details shown in the Plans and Standard Plans. When concrete joints are exposed after removal of Bituminous Pavement, the joints shall be cleaned and sealed in accordance with Section 5- 01.3(8) and the paved panel joint seal details of the bridge paving joint seals Standard Plan, including placement of the closed cell backer rod at the base of the cleaned joint. If waterproofing membrane is required, the membrane shall be slack or folded at the concrete joint to allow for Structure movements without stress to the membrane. After placement of the HMA overlay, the second phase of the paved panel joint seal shall be completed by sawing the HMA and sealing the sawn joint in accordance with Section 5- O4.3(12)B2. 6 -08.4 Measurement Removing existing Bituminous Pavement from Structure Decks will be measured by the square yard of Structure Deck surface area with removed overlay. Bridge deck repair will be measured by the square foot surface area of deck concrete removed with the measurement taken at the plane of the top mat of steel reinforcing bars. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Waterproof membrane will be measured by the square yard surface area of Structure Deck and curb and header surface area covered by membrane. 6 -08.5 Payment Payment will be made for each of the following Bid items when they are included in the Proposal: "Structure Surveying ", lump sum. "Removing Existing Overlay From Bridge Deck ", per square yard. The unit Contract price per square yard for "Removing Existing Overlay From Bridge Deck ", shall be full pay for performing the Work as specified for full removal of Bituminous Pavement on Structure Decks, including the removal of existing waterproof membrane and disposing of materials. "Bridge Deck Repair Br. No. ", per square foot. The unit Contract price per square foot for "Bridge Deck Repair Br. No. " shall be full pay for performing the Work as specified, including removing and disposing of the concrete within the repair area and furnishing, placing, finishing, and curing the repair concrete. "Waterproof Membrane Br. No. ", per square yard. The unit Contract price per square yard for "Waterproof Membrane Br. No._ shall be full pay for performing the Work as specified, including repairing any damaged or defective waterproofing membrane and repair of damaged HMA overlay. 6- 09.AP6 Section 6 -09, Modified Concrete Overlays April 4, 2016 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays The first sentence of the first paragraph is revised to read the following two new sentences: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6- 02.3(5)E. The last paragraph is deleted. 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays The first two paragraphs are deleted and replaced with the following: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. The Engineer will perform testing as AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 the concrete is being placed. Samples shall be taken on the first charge through each mobile mixer and every other charge thereafter. The sample shall be taken after the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6- 02.3(5)E. The second to last 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. 6- 10.AP6 Section 6 -10, Concrete Barrier August 1, 2016 6- 10.3(5) Temporary Concrete Barrier This section title is revised to read: Temporary Barrier The first paragraph is revised to read: For temporary barrier, the Contractor may use precast concrete barrier or temporary steel barrier. Temporary concrete barrier shall comply with Standard Plan requirements and cross - sectional dimensions, except that: (1) it may be made in other lengths than those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger than 4 inches in diameter or lifting loops. Temporary steel barrier shall be certified that it meets NCHRP 350 or MASH crash test requirements and shall be installed in accordance with the manufacturer's recommendations. 6 -10.4 Measurement The first sentence of the second paragraph is revised to read: Temporary barrier will be measured by the linear foot along the completed line and slope of the barrier, one time only for each setup of barrier protected area. 6 -10.5 Payment The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid item, is revised to read: "Temporary Barrier ", per linear foot. The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all costs, including furnishing, installing, connecting, anchoring, maintaining, temporary storage, and final removal of the temporary barrier. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 12.AP6 Section 6 -12, Noise Barrier Walls January 3, 2017 6- 12.3(9) Access Doors and Concrete Landing Pads The first sentence of the last paragraph is revised to read: The Contractor shall construct concrete landing pads for each access door location as shown in the Plans. 6 -12.5 Payment In the paragraph following the bid item "Noise Barrier Wall Access Door ", per each, "concrete landing pad" is revised to read "concrete landing pads ". 6- 14.AP6 Section 6 -14, Geosynthetic Retaining Walls January 3, 2017 6- 14.3(2) Submittals The first sentence of the first paragraph is revised to read: The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for each wall. 6 -14.5 Payment The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid item are revised to read: "Concrete Fascia Panel For Geosynthetic Wall ", per square foot. All costs in connection with constructing the concrete fascia panels as specified shall be included in the unit Contract price per square foot for "Concrete Fascia Panel For Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler, polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and pigmented sealer (when specified), constructing and placing the concrete footing, edge beam, anchor beam, anchor rod assembly, and backfill. 6- 19.AP6 Section 6 -19, Shafts January 3, 2017 6 -19.3 Construction Requirements This section is supplemented with the following new subsection: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 19.3(10) Engineer's Final Acceptance of Shafts The Engineer will determine final acceptance of each shaft, based on the nondestructive QA test results and analysis for the tested shafts, and will provide a response to the Contractor within 3 working days after receiving the test results and analysis submittal. 6- 19.3(1)B Nondestructive Testing of Shafts This section's content is deleted and replaced with the following new subsections: 6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts Unless otherwise specified in 1he Special Provisions, the Contractor shall perform nondestructive QA testing of shafts, except for those constructed completely in the dry. Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used. 6- 19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts The Contracting Agency may perform QV nondestructive testing of shafts that have been QA tested by the Contractor. The Contracting Agency may test up to ten percent of the shafts. The Engineer will identify the shafts selected for QV testing and the testing method the Contracting Agency will use. The Contractor shall accommodate the Contracting Agency's nondestructive testing. 6- 19.3(2) Shaft Construction Submittal This section is revised to read: The shaft construction submittal shall be comprised of the following four components: construction experience; shaft installation narrative; shaft slurry technical assistance; and nondestructive QA testing personnel. The submittals shall be Type 2 Working Drawings, except the shaft slurry technical assistance and nondestructive QA testing personnel submittals shall be Type 1. This section is supplemented with the following new subsection: 6- 19.3(2)D Nondestructive QA Testing Organization and Personnel The Contractor shall submit the names of the testing organizations, and the names of the personnel who will conduct nondestructive QA testing of shafts. The submittal shall include documentation that the qualifications specified below are satisfied. For TIP testing, the testing organization is the group that performs the data analysis and produces the final report. The testing organizations and the testing personnel shall meet the following minimum qualifications: 1. The testing organization shall have performed nondestructive tests on a minimum of three deep foundation projects in the last two years. 2. Personnel conducting the tests for the testing organization shall have a minimum of one year experience in nondestructive testing and interpretation. 3. The experience requirements for the organization and personnel shall be consistent with the testing methods the Contractor has selected for nondestructive testing of shafts. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 4. Personnel preparing test reports shall be a Professional Engineers, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196 -23- 020. 6- 19.3(3) Shaft Excavation The second paragraph is revised to read: Shaft excavation shall not be started until the Contractor has received the Engineer's acceptance for the reinforcing steel centralizers required when the casing is to be pulled during concrete placement. This section is supplemented with the following: 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 nondestructive 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)B, 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(5)B Steel Reinforcing Bar Cage Centralizers This section is supplemented with the following new sentence: The Contractor shall furnish and install additional centralizers as required to maintain the specified concrete cover throughout the length of the shaft. 6- 19.3(5)C Concrete Cover Over Steel Reinforcing Bars In the table, the second column (including heading) is revised to read: Minimum Concrete Cover, and Concrete Cover Tolerance, Except at Permanent Slip Casing (Inches) 3, -1'/z 4, -2 4, -2 6, -3 The following new paragraph is inserted after the table: The concrete cover tolerances specified above apply to the concrete cover specified in the Plans, even if it exceeds the minimum concrete cover. 6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing This section title is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing This section is supplemented with the following three new subsections: 6- 19.3(6)D Shafts Requiring Thermal Wire The Contractor shall furnish and install thermal wire in all shafts receiving the thermal wire method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1. 6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs) The thermal wire and associated couplers shall be obtained from the source specified in the Special Provisions. The Contractor shall securely attach the thermal wire to the interior of the reinforcement cage of the shaft in conformance with the supplier's instructions. At a minimum, one thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to the nearest whole number, as shown in the Plans. The number of thermal wires for shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher whole number. The thermal wires shall be placed around the shaft, inside the spiral or hoop reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a maximum spacing of 2 -feet. Steel tie wire shall not be used. The thermal wire shall be installed in straight alignment and taut, but with enough slack to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend from the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack wire provided above the top of shaft. Care shall be taken to prevent damaging the thermal wires during reinforcement cage installation and concrete placement operations in the shaft excavation. After completing shaft reinforcement cage fabrication at the site and prior to installation of the cage into the shaft excavation, the Contractor shall install and connect thermal access points (TAPs) to the thermal wires. The TAPs shall record data for at least one hour after the cage is placed in the excavation to measure the slurry temperature and enable the steel and slurry temperatures to equilibrate prior to placing concrete in the shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain active for a minimum of 36 hours. Prior to beginning concrete placement the TAPs shall be checked to ensure they are recording data and that the wires have not been damaged. If a TAP unit is not functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a TAP unit fails or a wire breaks after concrete placement has started, the Contractor shall not stop the concrete placement operation to repair the wire. 6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method The Contractor may use access tubes for TIP testing under the thermal probe method. Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP testing under the thermal probe method, the water in each tube shall be removed, collected, and stored in an insulated container. The access tube shall be blown dry and swabbed to remove residual water. After TIP testing, the collected and stored tube water shall be introduced back into the access tube. New potable water may be used, provided the water temperature is not more than 10 °F cooler than the average concrete temperature measured by the probe. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 19.3(6)A Shafts Requiring CSL Access Tubes This section, including title, is revised to read: 6- 19.3(6)A Shafts Requiring Access Tubes The Contractor shall furnish and install access tubes in all shafts receiving CSL testing or the thermal probe method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1. 6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes This section's title is revised to read: 6- 19.3(6)B Orientation and Assembly of the Access Tubes 6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing This section's title is revised to read: 6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA Testing The second sentence is revised to read: The Contractor shall keep all of a shaft's access tubes full of water through the completion of nondestructive QA testing of that shaft. 6- 19.3(7)A Concrete Class for Shaft Concrete This section is revised to read: Shaft concrete shall be Class 5000P conforming to Section 6 -02. 6- 19.3(7)B Concrete Placement Requirements The last sentence of the last paragraph is revised to read: The Section 6- 02.3(6) restriction for 5 feet maximum free fall shall not apply to placement of concrete into a shaft. 6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft This section is revised to read: Concrete shall not be placed above the top of shaft (for column splice zones, columns, footings, or shaft caps) until the Contractor receives the Engineer's acceptance of nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) Testing) This section, including title, is revised to read: 6- 19.3(9) Nondestructive QA Testing of Shafts The Contractor shall provide nondestructive QA testing and analysis on all shafts with access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 19.3(1)B). The testing and analysis shall be performed by the testing organizations identified by the Contractor's submittal in accordance with Section 6- 19.3(2)D. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 The Engineer may direct that additional testing be performed at a shaft if anomalies or a soft bottom are detected by the Contractor's testing. If additional testing at a shaft confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs resulting from the additional testing shall be borne by the Contractor in accordance with Section 1 -05.6. If the additional testing indicates that the shaft has no defect, the testing costs and the delay costs resulting from the additional testing will be paid by the Contracting Agency in accordance with Section 1 -05.6, and, if the shaft construction is on the critical path of the Contractor's schedule, a time extension equal to the delay created by the additional testing will be granted in accordance with Section 1 -08.8. 6- 19.3(9)A Schedule of CSL Testing This section, including title, is revised to read: 6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing If selected as the nondestructive QA testing method by the Contractor, TIP testing using thermal probes, or CSL testing shall be performed after the shaft concrete has cured at least 96 hours. Additional curing time prior to testing may be required if the shaft concrete contains admixtures, such as set retarding admixture or water - reducing admixture, added in accordance with Section 6- 02.3(3). The additional curing time prior to testing required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1 -08.8. 6- 19.3(9)B Inspection of CSL Access Tubes This section's title is revised to read: 6- 19.3(9)B Inspection of Access Tubes 6- 19.3(9)C Engineer's Final Acceptance of Shafts This section, including title, is revised to read: 6- 19.3(9)C TIP Testing With Thermal Wires and TAPs If selected as the nondestructive QA testing method by the Contractor, TIP testing with thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing shall commence at the beginning of the concrete placement operation, recording temperature readings at 15- minute intervals until the peak temperature is captured in the data. Additional curing time may be required if the shaft concrete contains admixtures, such as set retarding admixture or water - reducing admixture, added in accordance with Section 6- 02.3(3). The additional curing time required under these circumstances shall not be grounds for additional compensation or extension of time to the Contractor in accordance with Section 1 -08.8. TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been installed for thermal wire analysis (Section 6- 19.3(6)A). 6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of First Shaft This section, including title, is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 6- 19.3(9)D Nondestructive QA Testing Results Submittal The Contractor shall submit the results and analysis of the nondestructive QA testing for each shaft tested. The Contractor shall submit the test results within three working days of testing. Results shall be a Type 1 Working Drawing presented in a written report. TIP reports shall include: 1. A map or plot of the wire /tube location within the shaft and their position relative to a known and identifiable location, such as North. 2. Graphical displays of temperature measurements versus depth of each wire or tube for the analysis time selected, overall average temperature with depth, shaft radius or diameter with depth, concrete cover versus cage position with depth, and effective radius. 3. The report shall identify unusual temperatures, particularly significantly cooler local deviations from the overall average. 4. The report shall identify the location and extent where satisfactory or questionable concrete is identified. a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria Met b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local Average Diameter Reduction > 4 %, or Cover Criteria Not Met 5. Variations in temperature between wire /tubes (at each depth) which in turn correspond to variations in cage alignment. 6. Where shaft specific construction information is available (e.g. elevations of the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be noted on all pertinent graphical displays. CSL reports shall include: 1. A map or plot of the tube location within the shaft and their position relative to a known and identifiable location, such as North. 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time versus depth or velocity versus depth. 3. The report shall identify the location and extent where good, questionable, and poor concrete is identified, where no signal was received, or where water is present. a. Good (G) - No signal distortion and decrease in signal velocity of 10% or less is indicative of good quality concrete. b. Questionable (Q) - Minor signal distortion and a lower signal amplitude with a decrease in signal velocity between 10% and 20 %. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 c. Poor (P) - Severe signal distortion and much lower signal amplitude with a decrease in signal velocity of 20% or more. d. No Signal (NS) - No signal was received. e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 fps. All QA test reports will provide a recommendation to accept the shaft as -is, recommendation for further review by the Engineer, or will provide a plan for further testing, investigation or repair to address any deficiencies identified by the testing. 6- 19.3(9)E Additional CSL Testing This section, including title, is revised to read: 6- 19.3(9)E Vacant 6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL Testing This section's title is revised to read: 6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing 6 -19.4 Measurement This section is revised to read: Constructing shafts will be measured by the linear foot. The linear foot measurement will be calculated using the top of shaft elevation and the bottom of shaft elevation for each shaft as shown in the Plans. Rock excavation for shaft, including haul, will be measured by the linear foot of shaft excavated. The linear feet measurement will be computed using the top of the rock line, defined as the highest bedrock point within the shaft diameter, and the bottom elevation shown in the Plans. QA shaft test will be measured once per shaft tested. 6 -19.5 Payment This section is revised to read: Payment will be made for the following Bid items when they are included in the Proposal: "ConstructingDiam. Shaft", per linear foot. The unit Contract price per linear foot for "Constructing_Diam. Shaft" shall be full pay for performing the Work as specified, including: 1. Soil excavation for shaft, including all costs in connection with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic and water slurry, and disposing of groundwater collected by the excavated shaft. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 2. Furnishing and placing temporary shaft casing, including temporary casing in addition to the required casing specified in the Special Provisions, and including all costs in connection with completely removing the casing after completing shaft construction. 3. Furnishing permanent casing for shaft. 4. Placing permanent casing for shaft. 5. Casing shoring, including all costs in connection with furnishing and installing casing shoring above the specified upper limit for casing shoring but necessary to provide for sufficient water head pressure to resist artesian water pressure present in the shaft excavation, removing casing shoring, and placing seals when required. 6. Furnishing and placing steel reinforcing bar and epoxy- coated steel reinforcing bar, including furnishing and installing steel reinforcing bar centralizers. 7. Installation of CSL tubes or thermal wires. 8. Furnishing, placing and curing concrete to the top of shaft or to the construction joint at the base of the shaft - column splice zone as applicable. Payment for "Constructing_Diam. Shaft" will be made upon Engineer acceptance of the shaft, including completion of satisfactory QA shaft tests as applicable. "Rock Excavation For Shaft Including Haul ", per linear foot. When rock excavation is encountered, payment for rock excavation is in addition to the unit Contract price per linear foot for "Constructing_Diam. Shaft" "Shoring Or Extra Excavation Cl. A - ", lump sum. The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be full pay for performing the Work as specified, including all costs in connection with all excavation outside the limits specified for soil and rock excavation for shaft including haul, all temporary telescoping casings, and all temporary casings beyond the limits of required temporary casing specified in the Special Provisions. "QA Shaft Test ", per each. The unit Contract price per each for "QA Shaft Test" shall be full pay for performing the Work as specified, including operating all associated accessories necessary to record and process data and develop the summary QA test reports. Section 1 -04.6 does not apply to this bid item. "Removing Shaft Obstructions ", estimated. Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined in Section 6- 19.3(3)E, will be made for the changes in shaft construction methods necessary to deal with the obstruction. The Contractor and the Engineer shall evaluate the effort made and reach agreement on the equipment and employees utilized, and the number of hours involved for each. Once these cost items and their duration have been agreed upon, the payment amount will be determined using the rate and markup AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 methods specified in Section 1 -09.6. For the purpose of providing a common proposal for all Bidders, the Contracting Agency has entered an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to become a part of the total Bid by the Contractor. If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the obstruction removal work, the Contractor will be compensated for the costs to repair this equipment in accordance with Section 1 -09.6. If shaft construction equipment is idled as a result of the Work required to deal with the obstruction and cannot be reasonably reassigned within the project, then standby payment for the idled equipment will be added to the payment calculations. If labor is idled as a result of the Work required to deal with the obstruction and cannot be reasonably reassigned within the project, then all labor costs resulting from Contractor labor agreements and established Contractor policies will be added to the payment calculations. The Contractor shall perform the amount of obstruction Work estimated by the Contracting Agency within the original time of the Contract. The Engineer will consider a time adjustment and additional compensation for costs related to the extended duration of the shaft construction operations, provided: 1. The dollar amount estimated by the Contracting Agency has been exceeded, and 2. The Contractor shows that the obstruction removal Work represents a delay to the completion of the project based on the current progress schedule provided in accordance with Section 1 -08.3. 7- 02.AP7 Section 7 -02, Culverts January 3, 2017 7 -02.2 Materials The following three new items are inserted after the item "Aggregate for Portland Cement Concrete: Gravel Backfill for Pipe Zone Bedding Butyl Rubber Sealant External Sealing Band The last paragraph is deleted. 9- 03.12(3) 9 -04.11 9 -04.12 7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split Box Culverts This section is supplemented with the following new paragraph: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17117 When the Plans include a complete set of design details for a Structure (defining panel shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, and connection details), the design and load rating preparation and calculation submittal requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components shown in the Plans, but all other requirements of this Section remain in effect. The Contractor may propose alternate concrete culvert designs, accommodating the same rise, span, and length as shown in the Plans, to replace the Structure details shown in the Plans. If an alternate concrete culvert design is proposed, all of the requirements of this Section, including design and load rating preparation and calculation submittal, apply. 7- 02.3(6)A General This section is supplemented with the following two new paragraphs: Tolerances for PRCTSS shall be as follows: 1 Internal Dimensions — The internal dimension shall not vary more than 1 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch dimensions shall not vary more than 3/4 inch from the Plan dimensions. 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 1/2 inch, whichever is greater. A thickness more than that required in the Plans will not be a cause for rejection if proper joining is not affected. 3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces of the three -sided section shall not be more than 3/4 inch unless beveled sections are being used to accommodate a curve in the alignment. 4. Reinforcing steel placement shall meet the tolerances specified in Section 6- 02.3(24)C. Tolerances for PRCBC and PRCSBC shall be as follows: 1. Internal Dimensions — The internal dimensions shall not vary more than 1 percent from the Plan dimensions. If haunches are used, the haunch dimensions shall not vary more than'/ inch from the Plan dimensions. 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than that shown in the Plans by more than 5 percent or 3/6 inch, whichever is greater. A thickness more than that required in the Plans will not be a cause for rejection. 3. Length of Opposite Box Segments — Variations in lengths of two opposite surfaces of the box segments shall not be more than 1/8 inch per foot of internal span, with a maximum of /8 inch for all sizes through 7 feet internal span, and a maximum of % inch for internal spans greater than 7 feet, except where beveled sections are being used to accommodate a curve in the alignment. 4. Length of Box Segments — The underrun in length of a segment shall not be more than 1/8 inch per foot of length with a maximum of 1/2 inch in any box segment. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 5. Length of Legs and Slabs — The variation in length of the legs shall not be more than 1/8 inch per foot of the rise of the leg per leg with a maximum of 5/8 inches. The differential length between opposing legs of the same segment shall not be more than 1/2 inch. Length of independent top slab spans shall not vary by more than 1/8 inch per foot of span of the top slab, with a maximum of 5/8 inches. 6. Reinforcing steel placement shall meet the tolerances specified in Section 6- 02.3(24)C. This section is supplemented with the following new subsection: 7- 02.3(6)A5 Wingwalls and Retaining Walls Wingwalls and retaining walls (including cutoff walls and headwalls) shall be constructed in accordance with the Contractor's design and Working Drawing submittal or when the Plans include a complete set of design details for a wall (defining panel shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, and connection details),the details shown in the Plans. Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3). Culvert bedding material shall be furnished, placed, and compacted in accordance with Section 7- 02.3(6)A4. 7- 02.3(6)A1 Design Criteria The first sentence of the last paragraph is revised to read: Whenever the minimum finished backfill or surfacing depth above the top of the Structure is less than 1' -0" (except when the top of the Structure is directly exposed to vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy- coated with 2" minimum concrete cover from the face of concrete to the face of the top mat of steel reinforcing bars, or the minimum concrete cover shall be 2'/2 ". The last sentence of the last paragraph is revised to read: Concrete cover from the face of any concrete surface to the face of any steel reinforcement shall be 1 -inch minimum end clearance at all joints, and 2- inches minimum at all other locations. 7- 02.3(6)A2 Submittals The first paragraph is revised to read: The Contractor shall submit shop drawings of the precast Structures. Fabrication shop drawings replicating complete design details when shown in the Plans shall be Type 2 Working Drawings. Submittals completing the design based on the schematic geometric requirements shown in the Plans, or proposing a Contractor designed alternative concrete culvert Structure shall be Type 2E Working Drawings with supporting design calculations. The last paragraph is revised to read: For precast Structures with a span length greater than 20 -feet (as defined in Section 7- 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 span length, a Type 2E Working Drawing shall be submitted consisting of a load rating report prepared in accordance with the AASHTO Manual for Bridge Evaluation and WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall include effects from the backfill material and compaction methods, and shall be in accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the geotechnical report prepared for the project. 7- 02.3(6)A3 Casting This section is revised to read: Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as specified in the Plans or the Working Drawings submittal. 7- 02.3(6)A4 Excavation and Bedding Preparation The last paragraph is revised to read: The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert bedding material, defined as granular material either conforming to Section 9- 03.12(3) or to AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the Structure footing as applicable. The culvert bedding material shall be compacted in accordance with the Section 2- 09.3(1)E requirements for gravel backfill for drains. After compaction, the culvert bedding material shall be screeded transversely to the specified line and grade. Voids in the screeded culvert bedding material shall be filled and then rescreeded prior to erecting the precast Structure. 7- 02.3(6)B3 Erection The last paragraph is revised to read: Adjacent precast sections shall be connected by welding the weld -tie anchors in accordance with Section 6- 03.3(25). Welding ground shall be attached directly to the steel plates being welded when welding the weld -ties. The weld -tie anchor spacing shall not exceed 6' -0 ". After connecting the weld -tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways shall be filled with grout conforming to Section 9- 20.3(2). 7- 02.3(6)C1 Casting This section is revised to read: PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs of the "U" shaped base elements shall be full height matching the rise of the culvert, except as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC spans greater than 20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may include vertical legs of a maximum length of 4 -feet. All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have keyway joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0. The weld -tie anchor spacing shall not exceed 6' -0 ". There shall be at least two galvanized steel tie plates across each top unit tongue and groove joint and each tongue and groove joint AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 between upper and lower units, unless otherwise shown in the Plans or required by the seismic designed completed in accordance with Section 7- 02.3(6)A1. 7- 02.3(6)C3 Erection This section is revised to read: PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection sequence specified in the Working Drawing submittal, and the construction equipment restrictions specified in Section 6- 02.3(25)0. The Contractor shall install a continuous strip of butyl rubber sealant within all tongue and groove joints prior to connecting the precast elements together. The butyl rubber sealant shall have a minimum cross section of /2 -inch by 11/2-inch, unless otherwise shown in the Plans. After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways shall be filled with grout conforming to Section 9- 20.3(2). The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and adhesively bonded to the concrete surface. Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, compacted concurrently. The difference in backfill height on opposing sides of the Structure shall not exceed 2 -feet. 7 -02.4 Measurement This section is supplemented with the following: Culvert bedding material will be measured by the cubic yard of material placed. 7 -02.5 Payment This section is supplemented with the following: "Culvert Bedding Material ", per cubic yard. 7- 08.AP7 Section 7 -08, General Pipe Installation Requirements January 3, 2017 7- 08.3(1)A Trenches The second sentence of the last paragraph is revised to read: The embankment material shall be compacted to 95 percent of maximum density and the moisture content at the time of compaction shall be between optimum and 3 percentage points below optimum as determined by the Compaction Control Tests specified in Section 2- 03.3(14)D. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 8- 01.AP8 Section 8 -01, Erosion Control and Water Pollution Control August 1, 2016 1 1 1 8 -01.2 Materials This section is supplemented with the following new paragraph: Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01. 8- 01.3(7) Stabilized Construction Entrance The last sentence of the first paragraph is revised to read: Material used for stabilized construction entrance shall be free of extraneous materials that may cause or contribute to track out. 8- 01.3(8) Street Cleaning This section is revised to read: Self- propelled street sweepers shall be used to remove and collect sediment and other debris from the Roadway, whenever required by the Engineer. The street sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Material collected by the street sweeper shall be disposed of in accordance with Section 2- 03.3(7)C. 1 1 1 1 1 Street washing with water will require the concurrence of the Engineer. 8- 09.AP8 Section 8 -09, Raised Pavement Markers January 3, 2017 8 -09.5 Payment In the last paragraph, "flaggers and spotters" is revised to read "flaggers ". 8- 10.AP8 Section 8 -10, Guide Posts January 4, 2016 8 -10.3 Construction Requirements The last sentence of the second paragraph is deleted. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 8- 11.AP8 Section 8 -11, Guardrail January 17, 2017 8- 11.3(1)C Terminal and Anchor Installation This section is supplemented with the following new paragraph: Beam Guardrail Non - flared Terminals for Type 1 guardrail shall meet the crash test and evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware (MASH). Beam Guardrail Non - flared Terminals for Type 31 guardrail shall meet the crash test and evaluation criteria of MASH. 8- 11.3(1)F Removing and Resetting Beam Guardrail The last sentence of the first paragraph is deleted. 8 -11.5 Payment The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear foot is revised to read: The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" shall be full payment for all costs to perform the Work as described in Section 8- 11.3(1)F, except for replacement posts and blocks. The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is revised to read: The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full payment for all costs to perform the Work as described in Section 8- 11.3(1)E, except for replacement posts and blocks. 8- 20.AP8 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical January 3, 2017 8- 20.1(1) Regulations and Code The second paragraph is revised to read: Wherever reference is made in these Specifications or in the Special Provisions to the Code, the rules, or the standards mentioned above, the reference shall be construed to mean the code, rule, or standard that is in effect on the Bid advertisement date. 8- 20.3(5)A General The last paragraph is revised to read: Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire or cable as specified in the Plans. Where conduit is installed for future use, install a 200- AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 pound minimum tensile strength pull string with the equipment grounding conductor. The pull string shall be attached to duct plugs or caps at both ends of the conduit. 8- 20.3(5)A1 Fiber Optic Conduit The last paragraph is deleted. 8- 20.3(5)B Conduit Type 1 The second and third paragraphs are deleted and replaced with the following new paragraph: 1 1 PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 8- 20.3(5)D Conduit Placement Item number 2 is revised to read: 2. 24- inches below the top of the untreated surfacing on a Roadbed. 8- 20.3(9) Bonding, Grounding The following two new paragraphs are inserted after the first paragraph: Install an equipment grounding conductor in all new conduit, whether or not the equipment grounding conductor is called for in the wire schedule. For each new conduit with innerduct install an equipment grounding conductor in only one of the innerducts unless otherwise required by the NEC or the Plans. The fourth paragraph (after the preceding Amendments are applied) is revised to read: Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing conduits are used for the installation of new circuits, an equipment grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the equipment - grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. 1 1 1 1 1 1 1 1 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is revised to read: A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on connector (crimped with a manufacturer recommended crimper) shall be connected to the junction box frame or frame bonding stud, the other end shall be crimped to the equipment bonding conductor, using a "C" type crimp connector. The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are revised to read: For light standards, signal standards, cantilever and sign bridge Structures the supplemental grounding conductor shall be #4 AWG non - insulated stranded copper AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be #6 AWG non insulated stranded copper conductor. The fourth to last paragraph is revised to read: Install a two grounding electrode system at each service entrance point, at each electrical service installation and at each separately derived power source. The service entrance grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans. If soil conditions make vertical grounding electrode installation impossible an alternate installation procedure as described in the NEC may be used. Maintain a minimum of 6 feet of separation between any two grounding electrodes within the grounding system. Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid rods not Tess than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 inch or larger in diameter. 8- 20.3(13)A Light Standards The first sentence in the second to last paragraph is revised to read: All new and relocated metal light standards shall be numbered for identification using painted 4 inch block gothic letters (similar to series C highway lettering) and numbers installed 3 feet above the base facing the Traveled Way. The numbered list in the second to last paragraph is deleted and replaced with the following: NN CC -SSSS VVV Where: NN — Is the pole number as identified in the Plans. May be one or more characters. CC — Is the circuit letter as identified in the Plans. May be one or more characters. SSSS — Is he service cabinet number as identified in the Plans. Do not include the two or three letter prefix. Up to four digits - do not include leading zeros. VVV — Is the operating voltage of the luminaire. Always three digits. 8- 20.3(13)C Luminaires The first paragraph is revised to read: The Contractor shall mark the installation date on the inside of the luminaire ballast or driver housing using a permanent marking pen. 8- 22.AP8 Section 8 -22, Pavement Marking January 4, 2016 8 -22.4 Measurement The first two sentences of the fourth paragraph are revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled Plastic Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ", "Painted Stop Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic Wide Dotted Entry Line" will be based on the total length of each painted, plastic or profiled plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line. 8 -22.5 Payment The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ", per linear foot: "Painted Wide Dotted Entry Line ", per linear foot. "Plastic Wide Dotted Entry Line ", per linear foot. 9- 01.AP9 Section 9 -01, Portland Cement January 3, 2017 This section's title is revised to read: Cement 9 -01.1 Types of Cement This section is revised to read: Cement shall be classified as portland cement, blended hydraulic cement, or rapid hardening hydraulic cement. 9- 01.2(2) Vacant This section, including title, is revised to read: 9- 01.2(2) Rapid Hardening Hydraulic Cement Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 9- 01.2(3) Low Alkali Cement This section is renumbered as follows: 9- 01.2(1)A Low Alkali Cement 9- 01.2(4) Blended Hydraulic Cement This section is renumbered as follows: 9- 01.2(1)B Blended Hydraulic Cement In the first paragraph, the last two sentences of item number 3 are revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17117 Separate testing of each source of fly ash at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. In the first paragraph, the last two sentences of item number 4 are revised to read: Separate testing of each source of slag at each proposed replacement level shall be conducted in accordance with ASTM 01012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. In the first paragraph, the last two sentences of item number 5 are revised to read: Separate testing of each source of fly ash or slag at each proposed replacement level shall be conducted in accordance with ASTM C1012 at the storage temperature prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. 9 -01.3 Tests and Acceptance The second paragraph is revised to read: Cement producers /suppliers that certify portland cement or blended hydraulic cement shall participate in the Cement Acceptance Program as described in WSDOT Standard Practice QC 1. Rapid hardening hydraulic cement producers /suppliers are not required to participate in WSDOT Standard Practice QC 1. 9- 03.AP9 Section 9 -03, Aggregates January 3, 2017 9- 03.1(1) General Requirements In this section, each reference to "Section 9- 01.2(3)" is revised to read "Section 9- 01.2(1)A ". This first paragraph is supplemented with the following: Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from plastic concrete by washing away the cementitious materials. 9- 03.1(2) Fine Aggregate for Portland Cement Concrete This section is revised to read: Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 9- 03.1(2)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Material finer than No. 200 Sieve Clay lumps and friable particles Coal and lignite Particles of specific gravity less than 2.00 2.5 percent by weight 3.0 percent by weight 0.25 percent by weight 1.0 percent by weight. Organic impurities shall be tested in accordance with AASHTO T 21 by the glass color standard procedure and results darker than organic plate no. 3 shall be rejected. A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 percent. 9- 03.1(4) Coarse Aggregate for Portland Cement Concrete This section is revised to read: Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from adherent coatings. Coarse aggregate shall be washed to meet the specifications. 9- 03.1(4)A Deleterious This section, including title, is revised to read: 9- 03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 80 and not exceed the following values: Material finer than No. 200 Clay lumps and Friable Particles Shale Wood waste Coal and Lignite Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 1.0' percent by weight 2.0 percent by weight 2.0 percent by weight 0.05 percent by weight 0.5 percent by weight 3.0 percent by weight 'If the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1.5. 9- 03.1(4)C Grading The following new sentence is inserted at the beginning of the last pargraph: Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an alternative to using the fine aggregate sieve grading requirements in Section 9- 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)C, a combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A may be used. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 9- 03.1(5)A Deleterious Substances This section is revised to read: The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall not exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than 3/8 inch they shall not exceed the values specified in Section 9- 03.1(2)A. 9- 03.1(5)B Grading The first paragraph is deleted. 9- 03.8(2) HMA Test Requirements In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read "Statistical ". 9- 03.8(7) HMA Tolerances and Adjustments In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation ". 9- 03.11(1) Streambed Sediment The following three new sentences are inserted after the first sentence of the first paragraph: Alternate gradations may be used if proposed by the Contractor and accepted by the Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 power maximum density curve of the proposed gradation. The alternate gradation shall closely follow the maximum density line and have Nominal Aggregate Size of no less than 11/2 inches or no greater than 3 inches. 9- 03.12(4) Gravel Backfill for Drains The following new sentence is inserted at the beginning of the second paragraph: As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 03.1(4)C. 9- 03.12(5) Gravel Backfill for Drywells The following new sentence is inserted at the beginning of the second paragraph: As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 03.1(4)C. 9- 03.21(1)B Concrete Rubble This section, including title, is revised to read: 9- 03.21(1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4) or 9- AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled concrete shall: 1. Contain an aggregated weight of less than 1 percent of adherent fines, vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other deleterious substance(s) not otherwise noted; 2. Be free of harmful components such as chlorides and reactive materials unless mitigation measures are taken to prevent recurrence in the new concrete; 3. Have an absorption of less than 10 percent when tested in accordance with AASHTO T 85. Recycled concrete aggregate shall be in a saturated condition prior to mixing. Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State. 9- 03.21(1)D Recycled Steel Furnace Slag This section title is revised to read: Steel Slag 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material In the Hot Mix Asphalt column, each value of "20" is revised to read "25 ". The last column heading "Steel Furnace Slag" is revised to read "Steel Slag ". The following new row is inserted after the second row: 9- 03.1(4) Coarse Aggregate for Commercial Concrete 0 100 0 9- 04.AP9 Section 9 -04, Joint and Crack Sealing Materials January 3, 2017 This section is supplemented with the following two new subsections: 9 -04.11 Butyl Rubber Sealant Butyl rubber sealant shall conform to ASTM C 990. 9 -04.12 External Sealing Band External sealing band shall by Type III B conforming to ASTM C 877. 9- 04.1(2) Premolded Joint Filler for Expansion Joints This section is supplemented with the following: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 As an alternative to the above, a semi - rigid, non - extruding, resilient type, closed -cell polypropylene foam, preformed joint filler with the following physical properties as tested to AASHTO T 42 Standard Test Methods may be used. Closed -Cell Polypropylene Foam Preformed Joint Filler Physical Property Requirement Test Method Water Absorption < 1.0% AASHTO T 42 Compression Recovery > 80% AASHTO T 42 Extrusion < 0.1 in. AASHTO T 42 Density > 3.5 lbs. /cu.ft. AASHTO T 42 Water Boil (1 hr.) No expansion AASHTO T 42 Hydrochloric Acid Boil (1 hr.) No disintegration AASHTO T 42 Heat Resistance °F 392 °F± 5 °F ASTM D 5249 9- 04.2(1) Hot Poured Joint Sealants This section's content is deleted and replaced with the following new subsections: 9- 04.2(1)A Hot Poured Sealant Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in accordance with ASTM D5329. 9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM D6690 Type IV, except for the following: 1. The Cone Penetration at 25 °C shall be 130 maximum. 2. The extension for the Bond, non - immersed, shall be 100 percent. 9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 Type I or Type II. 9- 04.2(1)B Sand Slurry for Bituminous Pavement Sand slurry is mixture consisting of the following components measured by total weight: 1. Twenty percent CSS -1 emulsified asphalt, 2. Two percent portland cement, and 3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B Class 2. Fine aggregate may be damp (no free water). 9- 04.2(2) Poured Rubber Joint Sealer The last paragraph is deleted. 9- 04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes " AASHTO M 198" is revised to read "ASTM C 990 ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe In the last sentence, " AASHTO M 198" is revised to read "ASTM C 990 ". 9- 06.AP9 Section 9 -06, Structural Steel and Related Materials January 3, 2017 9- 06.5(3) High- Strength Bolts In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ", "ASTM A490" is revised to read "ASTM F3125 Grade A490 ", and "ASTM F1852" is revised to read "ASTM F3125 Grade F1852 ". In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125 ". 9 -06.12 Bronze Castings In this section, "AASHTO M107" is revised to read "ASTM B22 ". 9 -06.16 Roadside Sign Structures In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 9- 07.AP9 Section 9 -07, Reinforcing Steel August 1, 2016 9- 07.1(1)A Acceptance of Materials The first sentence of the first paragraph is revised to read: Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. The first sentence of the second paragraph is revised to read: Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar. 9- 07.1(2) Bending The first two sentences of the first paragraph are deleted and replaced with the following two new sentences: Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. Fabrication tolerances shall be in accordance with ACI 315. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9- 10.AP9 Section 9 -10, Piling August 1, 2016 9 -10.3 Cast -In -Place Concrete Piling This section is revised to read: Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2. 9- 11.AP9 Section 9 -11, Waterproofing January 3, 2017 This section (and all subsections), including title, is revised to read: 9 -11 Waterproof Membrane 9 -11.1 Asphalt for Waterproofing Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 Type 111, the puncture capacity specified below, and either the thin polymer sheet tensile stress or the geotextile and fabric grab tensile strength specified below: Performance Properties Test Method equ Specification Requirements Tensile Stress (for Thin Polymer Sheets) ASTM D 882 75 pounds per inch min. Grab Tensile Strength (for Geotextiles and Fabrics) ASTM D 4632 (Woven or Nonwoven) 200 pounds min. Puncture Capacity (For Thin Polymer Sheets, Geotextiles and Fabrics) ASTM E 154 200 pounds min. Waterproofing membrane will be accepted based on a Manufacturer's Certificate of Compliance with each lot of waterproof membrane. 9 -11.2 Primer for Waterproof Membrane The primer for the waterproof membrane shall be appropriate for bonding the sheet membrane to the bridge deck surface and shall be compatible with the membrane in accordance with the waterproof membrane manufacturer's recommendations. 9- 16.AP9 Section 9 -16, Fence and Guardrail January 17, 2017 9- 16.3(3) Galvanizing The first three sentences are deleted and replaced with the following single sentence: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1117/17 W -beam or thrie beam rail elements and terminal sections shall be galvanized in accordance with AASHTO M 180, Class A, Type II. 9- 20.AP9 Section 9 -20, Concrete Patching Material, Grout, and Mortar January 3, 2017 This section is supplemented with the following new subsection: 9 -20.5 Bridge Deck Repair Material Bridge deck repair material shall be either an ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer concrete, or a pre - packaged cement based repair mortar, conforming to the following requirements: 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109. 2. Total soluble chloride ion content by mass of product shall conform to the limits specified in Section 6- 02.3(2) for reinforced concrete. 3. Permeability of less than 2,000 coulombs at 56 -days in accordance with AASHTO T 277. If pre - packaged deck repair material does not include coarse aggregate, the Contractor shall extend the mix with coarse aggregate as recommended by the manufacturer. 9- 23.AP9 Section 9 -23, Concrete Curing Materials and Admixtures January 3, 2017 9 -23.9 FIy Ash The first paragraph is revised to read: FIy ash shall conform to the requirements of AASHTO M295 Class C or F including supplementary optional chemical requirements as set forth in Table 2. The last sentence of the last paragraph is revised to read: The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to fly ash used in Controlled Density Fill. 9 -23.12 Metakaolin This section, including title, is revised to read: 9 -23.12 Natural Pozzolan Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the requirements of AASHTO M295 Class N, including supplementary optional chemical requirements as set forth in Table 2. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 9- 29.AP9 Section 9 -29, Illumination, Signal, Electrical January 3, 2017 9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes This section is supplemented with the following new subsections: 9- 29.2(5) Testing Requirements The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. Junction boxes, cable vaults and pull boxes shall be tested by an independent materials testing facility, and a test report issued documenting the results of the tests performed. For each junction box, vault and pull box type, the independent testing laboratory shall meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test Equipment. The test shall be conducted in the presence of a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, and each test sheet shall have the Professional Engineer's original signature, date of signature, original seal, and registration number. One copy of the test report shall be furnished to the Contracting Agency certifying that the box and cover meet or exceed the loading requirements for that box type, and shall include the following information: 1. Product identification. 2. Date of testing. 3. Description of testing apparatus and procedure. 4. All Toad deflection and failure data. 5. Weight of box and cover tested. 6. Upon completion of the required test(s) the box shall be loaded to failure or to the maximum Toad possible on the testing machine (70,000 pounds minimum). 7. A brief description of type and location of failure or statement that the testing machine reached maximum load without failure of the box. 9- 29.2(5)A Standard Duty Boxes and Vaults Standard Duty Concrete Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 22,500 pounds. The test Toad shall be applied uniformly through a 10 by 10 by 1 -inch steel plate centered on the lid. The test load shall be applied and released ten times, and the deflection at the test Toad and released state shall be recorded for each interval. At each interval the junction box shall be inspected for lid deformation, failure of the lid /frame welds, vertical and horizontal displacement of the lid /frame, cracks, and concrete spalling. Concrete junction boxes will be considered to have withstood the test if none of the following conditions are exhibited: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. 9- 29.2(5)B Retrofit Security Lids for Standard Duty Concrete Junction Boxes Security lids used to retrofit existing Standard Duty Concrete Junction Boxes shall be tested as follows: 1. The security lid shall be installed on any appropriately sized box that is currently approved on the Qualified Products List. 2. The security lid and box assembly shall be load tested in accordance with Section 9- 29.2(5)A. After the ten load cycles but before loading to failure, the security lid shall be fully opened and removed to verify operability. 3. The locking mechanism(s) shall be tested as follows: a. The locking mechanism shall be cycled 250 times (locked, then unlocked again) at room temperature (60- 80 °F). If there is more than one identical locking mechanism, only one needs to be cycled in this manner. b. Temperature changes should be limited to no more than 60 °F per hour. c. The security lid shall be cooled to and held at -30 °F for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature. d. The security lid shall be heated to and held at 120 -122 °F for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature. e. The security lid shall be temperature adjusted to and held at 110 °F and 95% humidity for 15 minutes. The locking mechanism shall then be cycled once to verify operation at this temperature and humidity. 9- 29.2(5)C Standard Duty Non - Concrete Junction Boxes Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 Tier 15 test method using the test load of 22,500 pounds (minimum) in place of the design load during testing. In addition, the Contractor shall provide a Manufacturer Certificate of Compliance for each non - concrete junction box installed. 9- 29.2(5)D Heavy -Duty Boxes and Vaults Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1 -inch steel plate centered on the lid with an orientation both on the long axis and the short AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 axis of the junction box. The test load shall be applied and released ten times on each axis. The deflection at the test load and released state shall be recorded for each interval. At each interval the test box shall be inspected for lid deformation, failure of the lid or frame welds, vertical and horizontal displacement of the lid frame, cracks, and concrete spalling. After the twentieth loading interval the test shall be terminated with a 60,000 pound load being applied vertically through the steel plate centered on the lid and with the long edge of steel plate orientated parallel to the long axis of the box. Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 pound test if none of the following conditions are exhibited: 1. Permanent deformation of the lid or any impairment to the function of the lid. 2. Vertical or horizontal displacement of the lid frame. 3. Cracks wider than 0.012 inches that extend 12 inches or more. 4. Fracture or cracks passing through the entire thickness of the concrete. 5. Spalling of the concrete. Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound test if all of the following conditions are exhibited: 1. The lid is operational. 2. The lid is securely fastened. 3. The welds have not failed. 4. Permanent dishing or deformation of the lid is'/ inch or less. 5. No buckling or collapse of the box. 9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes This section, including title, is revised to read: 9- 29.2(1) Junction Boxes For the purposes of this Specification concrete is defined as portland cement concrete and non - concrete is all others. The Contractor shall provide shop drawings for all components, hardware, lid, frame, reinforcement, and box dimensions. The shop drawings shall be prepared by (or under the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 1. Professional Engineer's original signature, date of signature, original seal, and registration number. If a complete assembly drawing is included which references additional drawing numbers, including revision numbers for those drawings, then only the complete assembly drawing is required to be stamped. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 2. The initials and dates of all participating design professionals. 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, and registration number. For each type of junction box, or whenever there is a change to the junction box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(1)A Standard Duty Junction Boxes This section is revised to read: Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall have a minimum load rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be hot dip galvanized in accordance with AASHTO M111. 9- 29.2(1)A1 Concrete Junction Boxes The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be painted with a black paint containing rust inhibiters or painted with a shop applied, inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in accordance with AASHTO M 111. Concrete used in Standard Duty Junction Boxes shall have a minimum compressive strength of 6,000 psi when reinforced with a welded wire hoop, or 4,000 psi when reinforced with welded wire fabric or fiber reinforcement. The frame shall be anchored to the box by welding headed studs % by 3 inches long, as specified in Section 9- 06.15, to the frame. The wire fabric shall be attached to the studs and frame with standard tie practices. The box shall contain ten studs located near the centerline of the frame and box wall. The studs shall be placed one anchor in each corner, one at the middle of each width and two equally spaced on each length of the box. Materials for Type 1, 2, and 8 Concrete Junction Boxes shall conform to the following: Materials Requirement Concrete Section 6 -02 Reinforcing Steel Section 9 -07 Fiber Reinforcing ASTM C1116, Type 111 Lid ASTM A786 diamond plate steel Slip Resistant Lid ASTM A36 steel Frame ASTM A786 diamond plate steel or ASTM A36 steel Slip Resistant Frame ASTM A36 steel Lid Support ASTM A36 steel, or ASTM A1011 SS Grade 36 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9- 29.2(1)A2 Non - Concrete Junction Boxes Material for the non - concrete junction boxes shall be of a quality that will provide for a similar life expectancy as portland cement concrete in a direct burial application. Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500 pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot and embedded 6 by 6 by' /4 -inch steel plate, and shall be secured with two 1/2 inch stainless steel Penta -head bolts recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 9- 29.2(1)B Heavy -Duty Junction Boxes The first paragraph is revised to read: Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(5). 9- 29.2(1)C Testing Requirements This section is deleted in its entirety. 9- 29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy Duty Pull Boxes This section, including title, is revised to read: 9- 29.2(2) Cable Vaults and Pull Boxes Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 (or higher) Handle & Handle support ASTM A36 steel, or ASTM A1O11 CS (Any Grade) or SS (Any Grade) Anchors (studs) Section 9 -06.15 Bolts, Studs, Nuts, Washers ASTM F593 or A193, Type 304 or 316, or Stainless Steel grade 302, 304, or 316 steel in accordance with approved shop drawing Locking and Latching Mechanism Hardware and Bolts In accordance with approved shop drawings 9- 29.2(1)A2 Non - Concrete Junction Boxes Material for the non - concrete junction boxes shall be of a quality that will provide for a similar life expectancy as portland cement concrete in a direct burial application. Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500 pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete junction boxes shall be gray in color and have an open bottom design with approximately the same inside dimensions, and present a load to the bearing surface that is less than or equal to the loading presented by the concrete junction boxes shown in the Standard Plans. Non - concrete junction box lids shall include a pull slot and embedded 6 by 6 by' /4 -inch steel plate, and shall be secured with two 1/2 inch stainless steel Penta -head bolts recessed into the cover. The tapped holes for the securing bolts shall extend completely through the box to prevent accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 9- 29.2(1)B Heavy -Duty Junction Boxes The first paragraph is revised to read: Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be concrete and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(5). 9- 29.2(1)C Testing Requirements This section is deleted in its entirety. 9- 29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull Boxes, and Heavy Duty Pull Boxes This section, including title, is revised to read: 9- 29.2(2) Cable Vaults and Pull Boxes Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit the same box as shown in the Standard Plans. The Contractor shall provide shop drawings for all components, including concrete box, Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings shall show placement of reinforcing steel, knock outs, and any other appurtenances. The shop drawing shall be prepared by or under the direct supervision of a Professional Engineer, AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 1. Professional Engineer's original signature, date of signature, original seal, and registration number. If a complete assembly drawing is included which references additional drawing numbers, including revision numbers for those drawings, then only the complete assembly drawing is required to be stamped. 2. The initials and dates of all participating design professionals. 3. Clear notation of all revisions including identification of who authorized the revision, who made the revision, and the date of the revision. Design calculations shall carry on the cover page, the Professional Engineer's original signature, date of signature, original seal, and registration number. For each type of box or whenever there is a change to the Cable Vault or Pull box design, a proof test, as defined in this Specification, shall be performed and new shop drawings submitted. 9- 29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty Pull Boxes This section's title is revised to read: 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes The first paragraph is revised to read: Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum Toad rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). For the purposes of this Section, Small Cable Vaults are considered a type of Standard Duty Cable Vault. The first sentence of the second paragraph is revised to read: Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum compressive strength of 4,000 psi. The first sentence of the third paragraph is revised to read: All Standard Duty Cable Vaults and 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 Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes The first paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 46,000 pounds without permanent deformation and 60,000 pounds without failure when tested in accordance with Section 9- 29.2(5). 9- 29.2(3) Structure Mounted Junction Boxes The first and second paragraphs are revised to read: Surface mounted junction boxes and concrete embedded junction boxes installed in cast - in -place structures shall be stainless steel NEMA 4X. Concrete embedded junction boxes installed in structures constructed by slip forming shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth adjustment bolts, which are accessible from the front face of the junction box with the lid installed. 9- 29.3(1) Fiber Optic Cable This section is revised to read: All fiber optic cables shall be single mode fiber optic cables unless otherwise specified in the Contract. All fiber optic cables shall meet the following requirements: a. Compliance with the current version of ANSI /ICEA S -87 -640. A product data specification sheet clearly identifying compliance or a separate letter from manufacturer to state compliance shall be provided. b. Cables shall be gel free, loose tube, low water peak, and all dielectric with no metallic component. c. Cables shall not be armored unless specified in the Contract. d. Cables shall be approved for mid -span entries and be rated by the manufacturer for outside plant (OSP) use, placement in underground ducts, and aerial installations. e. Fiber counts shall be as specified in the Contract. f. Fibers and buffer tubes shall be color coded in accordance with the current version of EIA/TIA -598. g. Fibers shall not have any factory splices. h. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket shall be free from holes, splits, blisters, or other imperfections and must be smooth and concentric as is consistent with the best commercial practice. i. A minimum of one (1) rip cord is required for each cable. j. Cable markings shall meet the following additional requirements: 1. Color shall be white or silver. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1117/17 2. Markings shall be approximately 3 millimeters (118 mils) in height, and dimensioned and spaced to produce good legibility. 3. Markings shall include the manufacturer's name, year of manufacture, the number of fibers, the words "OPTICAL CABLE ", and sequential length marks. 4. Sequential length markings shall be in meters or feet, spaced at intervals not more than 1 meter or 2 feet apart, respectively. 5. The actual cable length shall not be shorter than the cable length marking. The actual cable length may be up to 1`)/0 longer than the cable length marking. 6. Cables with initial markings that do not meet these requirements will not be accepted and may not be re- marked. k. Short term tensile strength shall be a minimum of 600 pounds (1bs). Long term tensile strength shall be a minimum of 180 pounds (1bs). Tensile strength shall be achieved using a fiberglass reinforced plastic (FRP) central member and / or aramid yarns. I. All cables shall be new and free of material or manufacturing defects and dimensional non - uniformity that would: 1. Interfere with the cable installation using accepted cable installation practices; 2. Degrade the transmission performance or environmental resistance after installation; 3. Inhibit proper connection to interfacing elements; 4. Otherwise yield an inferior product. m. The fiber optic cables shall be shipped on reels with a drum diameter at least 20 times the diameter of the cable, in order to prevent damage to the cable. The reels shall be substantial and constructed so as to prevent damage during shipment and handling. Reels shall be labeled with the same information required for the cable markings, with the exception that the total length of cable shall be marked instead of incremental length marks. Reels shall also be labeled with the type of cable. This section is supplemented with the following new subsection: 9- 29.3(1)B Multimode Optical Fibers Where multimode fiber optic cables are specified in the Contract, the optical fibers shall be one of the following types, as specified in the Contract: a. Type OM1, meeting the requirements of EIA/TIA 492 - AAAA -A or ISO /IEC 11801. The fiber core diameter shall be 62.5 pm. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 a 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. Type 0M2, meeting the requirements of EIA/TIA 492 - AAAB -A or ISO /IEC 11801. The fiber core diameter shall be 50 pm. All multimode optical fibers shall have a maximum attenuation of 3.0 dB /km at 850nm and 1.0 dB /km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX Ethernet communications. 9- 29.3(1)A Singlemode Fiber Optic Cable This section is revised to read: Single -Mode optical fibers shall be EIA/TIA 492 -CAAB or ISO /IEC 11801 Type 0S2, low water peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D. 9 -29.6 Light and Signal Standards The third paragraph is revised to read: Light standard, signal standards, slip base hardware and foundation hardware shall be hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where colored standards are required, standards shall be powder- coated after galvanizing in accordance with Section 6- 07.3(11). The standard color shall be as specified in the Contract. 9- 29.6(1) Steel Light and Signal Standards In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 9- 29.6(2) Slip Base Hardware In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 9- 29.7(2) Fused Quick- Disconnect Kits The table is supplemented with the following new row: LED* 10A 10A 20A The following footnote is inserted after the table: * Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall be slow blow. 9 -29.10 Luminaires The first sentence of the third paragraph is revised to read: All luminaires shall be provided with markers for positive identification of Tight source type and wattage in accordance with ANSI C136.15 -2011, with the exception that LED luminaires shall be labeled with the wattage of their conventional luminaire equivalents — the text "LED" is optional. The table in the fourth paragraph is revised to read: Conventional Lamp Conventional Wattage Equivalent LED Wattage Legend Legend 70 7 7E AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 100 10 10E 150 15 15E 175 17 17E 200 20 20E 250 25 25E 310 31 31E 400 40 40E 700 70 70E 750 75 75E 1,000 X1 X1E 9 -29.25 Amplifier, Transformer, and Terminal Cabinets Item 2C is revised to read: c. Transformer up to 12.5 KVA 20" 48" 24" Transformer 12.6 to 35 KVA 30" 60" 32" The following new sentence is inserted before the last sentence of item number 10: There shall be an isolation breaker on the input (line) side of the transformer, and a breaker array on the output (load) side. 9- 35.AP9 Section 9 -35, Temporary Traffic Control Materials August 1, 2016 9 -35.12 Transportable Attenuator The second sentence of the first paragraph is revised to read: 1 1 1 1 1 1 1 1 1 The transportable attenuator shall be mounted on, or attached to, a host vehicle that complies with the manufacturer's recommended weight range. 1 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 1/17/17 1 1 1 1 1 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 SPECIAL PROVISIONS Page 60 RFB # 17 -004 March 2017 1 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 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) 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 Contractor shall obtain copies of these publications, at Contractor's own expense. City of Federal Way 21st Ave S Pedestrian Improvements SP -1 RFB #17 -004 Mar 2017 DIVISION 1 GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provides for the improvement of the 21st Ave S (S 316th St to S 320th St) Pedestrian Improvements and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01.3 Definitions (January 4, 2016 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications, Amendments, or WSDOT General Special Provisions, to the terms "Department of Transportation ", "Washington State Transportation Commission ", "Commission ", "Secretary of Transportation ", "Secretary", "Headquarters ", and "State Treasurer" shall be revised to read "Contracting Agency." City of Federal Way 21st Ave S Pedestrian Improvements SP -2 RFB #17 -004 Mar 2017 All references to the terms "State" or "state" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location." All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1 -08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. Contract Documents See definition for "Contract." Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. City of Federal Way 21st Ave S Pedestrian Improvements SP -3 RFB #17 -004 Mar 2017 1 -02 BID PROCEDURES AND CONDITIONS, 1 -02.1 Prequalification of Bidders Delete this Section and rep /ace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works Contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the Contract, Plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor Setsf 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 34 ") 2 Furnished only upon request. Additional Plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1 -02.5 Proposal Forms (June 27, 2011 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit Bid prices. The bidder shall complete spaces on the Proposal form that call for, but are not limited to, unit prices; extensions; summations; the total Bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -4 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 -02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M /WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. The fourth paragraph of Section 1 -02.6 is revised to read: (May 7, 2012 WSDOT GSP) The Bidder shall submit with the Bid a completed Disadvantaged Business Enterprise (DBE) Utilization Certification, when required by the Special Provisions. For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422 031 EF (Disadvantaged Business Enterprise Written Confirmation Document) is to be used for this purpose. Bidder must submit good faith effort documentation only in the event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. Directions for delivery of the Disadvantaged Business Enterprise Written confirmation Documents and Disadvantaged Business Enterprise Good Faith Effort documentation are included in Sections 1 -02.9. Section 1 -02.6 is supplemented with the following: (August 2, 2004 WSDOT GSP) The fifth and sixth paragraphs of Section 1 -02.6 are deleted. Add the following new section: 1- 02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. City of Federal Way 21st Ave S Pedestrian Improvements SP -5 RFB #17 -004 Mar 2017 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, 2016 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 CaII 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 Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification, form 272 -056 EF, as required by Section 1 -02.6. The DBE Written Confirmation Document(s) and /or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The document(s) shall be received no later than 24 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Bid Proposal. If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed envelope labeled the same as for the Proposal, with "DBE Supplemental Information" added. All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -6 RFB #17 -004 Mar 2017 location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any DBE confirmations or GFE documentation proposal that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1 -02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. 1 -02.13 Irregular Proposals (January 4, 2016 APWA GSP) Delete this section and replace it with the following: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; g. City of Federal Way 21st Ave S Pedestrian Improvements SP -7 RFB #17 -004 Mar 2017 h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; 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. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. J 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option 8) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -8 RFB #17 -004 Mar 2017 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 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 City of Federal Way 21st Ave S Pedestrian Improvements SP-9 RFB #17 -004 Mar 2017 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 Bidding Crime A. Criterion: The Bidder and /or its owners shall not have been convicted of a crime involving bidding on a public works contract in the five years prior to the bid submittal date. B. Documentation: The Bidder, if and when required as detailed below, shall sign a statement (on a form to be provided by the Contracting Agency) that the Bidder and /or its owners have not been convicted of a crime involving bidding on a public works contract. 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 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -10 RFB #17 -004 Mar 2017 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -11 RFB #17 -004 Mar 2017 Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1 -02.15 Pre -Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 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 any item and the bidder's unit or lump sum price is less than the minimum specified amount, the Contracting Agency will unilaterally revise the unit or lump sum price, to the minimum specified amount and recalculate the extension. The total of extensions, corrected where necessary, including sales taxes where applicable and such additives and /or alternates as selected by the Contracting Agency, will be used by the Contracting Agency for award purposes and to fix the Awarded Contract Price amount and the amount of the contract bond. 1- 03.1(1) Identical Bid Totals (January 4, 2016 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie - breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the City of Federal Way 21st Ave S Pedestrian Improvements SP -12 RFB #17 -004 Mar 2017 Bid Proposal. If those percentages are also exactly equal, then the tie - breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful." The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 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. 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 (July 23, 2015 APWA GSP) Delete the first paragraph and replace it with the following: The successful bidder shall provide executed payment and performance bond(s) for the full contract amount. The bond may be a combined payment and performance bond; or be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 1. Be on Contracting Agency- furnished form(s); 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and City of Federal Way 21st Ave S Pedestrian Improvements SP -13 RFB #17 -004 Mar 2017 b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner, 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and conditions under the Contract, including but not limited to the duty and obligation to indemnify, defend, and protect the Contracting Agency against all losses and claims related directly or indirectly from any failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1 -03.7 Judicial Review (July 23, 2015 APWA GSP) Revise this section to read: Any decision made by the Contracting Agency regarding the Award and executin of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. 1 -04 SCOPE OF THE 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): City of Federal Way 21st Ave S Pedestrian Improvements SP -14 RFB #17 -004 Mar 2017 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 (City of Federal Way) Section 1- 04.4(1) is supplemented with the following: Payments or credits for changes amounting to $15,000 or less may be made under the Bid Item "Unexpected Site Changes ". At the discretion of the Contracting Agency, this procedure for Unexpected Site Changes may be used in lieu of the more formal procedure as outlined in Section 1 -04.4, Changes. The Contractor will be provided a copy of the completed order for Unexpected Site Changes. The agreement for the Unexpected Site Changes will be documented by signature of the Contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required for Unexpected Site Changes, the Contractor may protest the order as provided in Section 1 -04.5. Payment will be determined in accordance with Section 1 -09.6. For the purpose of providing a common Proposal for all Bidders, the Contracting Agency has entered an amount for "Unexpected Site Changes" in the Proposal to become a part of the total Bid by the Contractor. 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes (April 4, 2011 WSDOT GSP) Section 1 -05.4 is supplemented with the following: Contractor Surveying - Structure Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of bridges, noise walls, and retaining walls. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -15 RFB #17 -004 Mar 2017 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. 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. 9. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 10. Establish location and plumbness of column forms, and monitor column 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. 16. Establish girder and /or web wall profiles and locations. 17. Establish diaphragm locations and centerline of bearing. City of Federal Way 21st Ave S Pedestrian Improvements SP -16 RFB #17 -004 Mar 2017 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: Vertical Horizontal ±0.02 feet ±0.02 feet 1. Stationing on structures 2. Alignment on structures 3. Superstructure elevations 4. Substructure ±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: Piles Shafts Footings Columns City of Federal Way 21st Ave S Pedestrian Improvements SP -17 RFB #17 -004 Mar 2017 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. Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item when included in the proposal: "Structure Surveying", lump sum The lump sum contract price for "Structure 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, and coordination efforts. (April 1, 2013 WSDOT GSP) Section 1 -05.4 is supplemented with the following: Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Project Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, drainage, surfacing, paving, channelization and pavement marking, illumination and signals, guardrails and barriers, and signing. Except for the survey control data to be furnished by the Contracting Agency, calculations, surveying, and measuring required 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. 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: City of Federal Way 21st Ave S Pedestrian Improvements SP -18 RFB #17 -004 Mar 2017 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 (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 5. Establish the horizontal and vertical location of all drainage features, placing offset stakes to all drainage structures and to pipes at a horizontal interval not greater than 25 feet. 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10- foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. 8. Provide references for paving pins at 25 -foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, illumination and signals, guardrails and barriers, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to existing pavement. 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -19 RFB #17 -004 Mar 2017 To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with primary survey control information consisting of descriptions of two primary control points used for the horizontal and vertical control, and descriptions of two additional primary control points for every additional three 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 shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal ±0.10 feet ±0.10 feet Slope stakes Subgrade grade stakes set 0.04 feet below grade Stationing on roadway Alignment on roadway Surfacing grade stakes Roadway paving pins for surfacing or paving ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) N/A ±0.1 feet N/A ±0.04 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) ±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 points 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. When stakes are needed that are not described in the Plans, then those stakes shall be marked, at no additional cost to the Contracting Agency as ordered by the Engineer. City of Federal Way 21st Ave S Pedestrian Improvements SP -20 RFB #17 -004 Mar 2017 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid item when included in the proposal: "Roadway Surveying", lump sum. The lump sum contract price for "Roadway 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, and coordination efforts. 1 -05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in Contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the City of Federal Way 21st Ave S Pedestrian Improvements SP -21 RFB #17 -004 Mar 2017 Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1- 05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1 -05.7. The Contractor will not be allowed an extension of Contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the Contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the Contract have been fulfilled. City of Federal Way 21st Ave S Pedestrian Improvements SP -22 RFB #17 -004 Mar 2017 1- 05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit Contract prices related to the system being tested, unless specifically set forth otherwise in the Proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. 1 -05.13 Superintendents, Labor and Equipment of Contractor (August 14, 2013 APWA GSP) Delete the sixth and seventh paragraphs of this section. 1 -05.14 Cooperation with Other Contractors (March 13, 1995 WSDOT GSP) Section 1 -05.14 is supplemented with the following: Other Contracts or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: • Lakehaven Utility District: Relocation of fire hydrant located at NW corner of entrance to shopping center. Relocation to be completed after the area has been prepared by the City's contractor, including excavation, removal of the sign (and associated foundation), and staking of the proposed back of sidewalk (line and grade) and right -of -way. Lakehaven Utility District requires two -weeks advance notice, and will complete the work within five days of the necessary prep work by the contractor. • City of Federal Way: Relocation of any improvements located within the right - of -way (i.e. plantings at the rain garden and possible irrigation improvements City of Federal Way 21st Ave S Pedestrian Improvements SP -23 RFB #17 -004 Mar 2017 throughout the 21st Ave S frontage of the park) will be relocated by City forces. Relocation to be completed after the right -of -way has been staked. City forces require three -days advance notice, and will complete the work within five days of the necessary prep work by the Contractor. • Other franchise utility relocations and adjustments, including water, telephone, gas and power. • On -site improvements at the Town Square Park. (City of Federal Way) Section 1 -05.14 is supplemented with the following: A utility relocation construction window of up to 10 working days is incorporated into this construction contract to assist the utility companies in their relocation efforts. The Contractor shall coordinate scheduling of the utility window with the utilities involved and incorporate that work into the project schedule. 1- 05.14(B) Notifications Relative to Contractor's Activities (City of Federal Way) Section 1- 05.14(B) is a new section: Notification of project construction shall be written, with a copy delivered to the Engineer within a minimum of one (1) week prior to the commencement of work. City of Federal Way School District Transportation Department Attn: Jo Boyer jboyer @fwps.org Lakehaven Water & Sewer District Attn: Wes Hill 31627 1st Avenue S Federal Way, WA 98003 Telephone: (253)946 -5440 City of Federal Way Police Department 33325 8th Ave S Federal Way, WA 98003 Tele: 253.835.6701 (to schedule officer traffic control support) Tele: 253.835.6767 (for traffic /road closure issues) Puget Sound Energy (Gas) Attn: Chang Pak 3130 S 38th St Tacoma, WA 98409 Telephone: (253) 395 -6988 City of Federal Way 21st Ave S Pedestrian Improvements SP -24 King County Traffic Operations Attn: Mark Parrett 155 Monroe Avenue NE Renton, WA 98056 Telephone: 206.296.8152 Comcast Attn: Bill Walker 410 Valley Ave NW, Suite 12 -C Puyallup, WA 98371 Telephone: (206) 255 -6975 South King Fire & Rescue 31617 1st Ave S Federal Way, WA 98003 Telephone: 253.946.7253 Puget Sound Energy (Power) Attn: Brian Swart 3130 S 38th St Tacoma, WA 98409 Telephone: (253) 395 -6839 RFB #17 -004 Mar 2017 Century Link Attn: Jason Tesdal 23315 66th Ave S Kent, WA 98032 Telephone: (206) 345 -3488 King County Metro Construction.coord @kingcounty.gov 1- 05.14(C) Coordination of Work with City (City of Federal Way) Section 1- 05.14(C) is a new section: At least a three (3) working day written notification shall be required on all requests for engineering services other than inspection. All requests shall be coordinated with the Engineer. All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. 1 -05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be inpaper format, hand delivered or sent via mail delivery service to the Protect Engineer's office. Electronic copies such as e -mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power and water as a pay item. 1 -05.18 Record Drawings (March 8, 2013 APWA GSP) The Contractor shall maintain one set of full size plans for Record Drawings, updated with clear and accurate red -lined field revisions on a daily basis, and within 2 business days after receipt of information that a change in Work has occurred. The Contractor shall not conceal any work until the required information is recorded. This Record Drawing set shall be used for this purpose alone, shall be kept separate from other Plan sheets, and shall be clearly marked as Record Drawings. These Record Drawings shall be kept on site at the Contractor's field office, and shall be available for review by the Contracting Agency at all times. The Contractor shall bring the Record Drawings to each progress meeting for review. The preparation and upkeep of the Record Drawings is to be the assigned responsibility of a single, experienced, and qualified individual. The quality of the Record Drawings, in terms of accuracy, clarity, and completeness, is to be adequate to allow the Contracting City of Federal Way 21st Ave S Pedestrian Improvements SP -25 RFB #17 -004 Mar 2017 Agency to modify the computer -aided drafting (CAD) Contract Drawings to produce a complete set of Record Drawings for the Contracting Agency without further investigative effort by the Contracting Agency. The Record Drawing markups shall document all changes in the Work, both concealed and visible. Items that must be shown on the markups include but are not limited to: • Actual dimensions, arrangement, and materials used when different than shown in the Plans. • Changes made by Change Order or Field Order. • Changes made by the Contractor. • Accurate locations of storm sewer, sanitary sewer, water mains and other water appurtenances, structures, conduits, light standards, vaults, width of roadways, sidewalks, landscaping areas, building footprints, channelization and pavement markings, etc. Include pipe invert elevations, top of castings (manholes, inlets, etc.). If the Contract calls for the Contracting Agency to do all surveying and staking, the Contracting Agency will provide the elevations at the tolerances the Contracting Agency requires for the Record Drawings. When the Contract calls for the Contractor to do the surveying /staking, the applicable tolerance limits include, but are not limited to the following: Vertical Horizontal As -built sanitary & storm invert and ± 0.01 foot ± 0.01 foot grate elevations As -built monumentation ± 0.001 foot ± 0.001 foot As -built waterlines, inverts, valves, ± 0.10 foot ± 0.10 foot hydrants As -built ponds /swales /water features ± 0.10 foot ± 0.10 foot As -built buildings (fin. Floor elev.) ± 0.01 foot ± 0.10 foot As -built gas lines, power, TV, Tel, Conn ± 0.10 foot ± 0.10 foot As -built signs, signals, etc. N/A ± 0.10 foot Making Entries on the Record Drawings: • Use erasable colored pencil (not ink) for all markings on the Record Drawings, conforming to the following color code: • Additions - Red • Deletions - Green • Comments - Blue • Dimensions - Graphite • Provide the applicable reference for all entries, such as the change order number, the request for information (RFI) number, or the approved shop drawing number. • Date all entries. • Clearly identify all items in the entry with notes similar to those in the Contract Drawings (such as pipe symbols, centerline elevations, materials, pipe joint abbreviations, etc.). City of Federal Way 21st Ave S Pedestrian Improvements SP -26 RFB #17 -004 Mar 2017 The Contractor shall certify on the Record Drawings that said drawings are an accurate depiction of built conditions, and in conformance with the requirements detailed above. The Contractor shall submit final Record Drawings to the Contracting Agency. Contracting Agency acceptance of the Record Drawings is one of the requirements for achieving Physical Completion. Payment will be made for the following bid item: Record Drawings (Minimum Bid $500) Lump Sum Payment for this item will be made on a prorated monthly basis for work completed in accordance with this section up to 75% of the lump sum bid. The final 25% of the lump sum item will be paid upon submittal and approval of the completed Record Drawings set prepared in conformance with these Special Provisions. A minimum bid amount has been entered in the Bid Proposal for this item. The Contractor must bid at least that amount. 1 -06 CONTROL OF MATERIAL Section 1 -06 is supplemented with the following: (August 6, 2012, WSDOT GSP) Buy America In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American -made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one -tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American -made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating City of Federal Way 21st Ave S Pedestrian Improvements SP -27 RFB #17 -004 Mar 2017 includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350 -109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350- 109EF. 1 -06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on -site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350 -075 Recycled Materials Reporting. 1 -07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1 -07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -28 RFB #17 -004 Mar 2017 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. Section 1 -07.1 is supplemented with the following: (April 3, 2006 WSDOT GSP) Confined Space Confined spaces are known to exist at the following locations: Existing storm drainage, sanitary sewer, and other utility systems, vaults, and structures, along with all new similar new construction items that meet the requirements of WAC 296- 809 -100. The Contractor shall be fully responsible for the safety and health of all on -site workers and compliant with Washington Administrative Code (WAC 296 -809). The Contractor shall prepare and implement a confined space program for each of the confined spaces identified above. The Contractors Confined Space program shall be sent to the contracting agency at least 30 days prior to the Contractor beginning work in or adjacent to the confined space. No work shall be performed in or adjacent to the confined space until the plan is submitted to the Engineer as required. The Contractor shall communicate with the Project Engineer to ensure a coordinated effort for providing and maintaining a safe worksite for both the Contracting Agency's and Contractor's workers when working in or near a confined space. All costs to prepare and implement the confined space program shall be included in the bid prices for the various items associated with the confined space work. 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -29 RFB #17 -004 Mar 2017 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. 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -30 RFB #17 -004 Mar 2017 For this reason, the Contractor shall not include the retail sales tax in the unit Bid item prices, or in any other Contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid item prices or in any other Contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any Contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). (City of Federal Way) Supplement this Section with the following: The Contracting Agency will release the Contract Bond only if the Contractor has obtained from the State Department of Revenue a certificate showing that all Contract - related taxes have been paid. 1 -07.5 Environmental Regulations Section 1 -07.5 is supplemented with the following: (August 3, 2009 WSDOT GSP) The intentional bypass of stormwater from all or any portion of a stormwater treatment system is prohibited without the approval of the Engineer. 1 -07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1 -07.7 is supplemented with the following: If the sources of materials provided by the Contractor necessitate hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1 -07.9 Wages 1- 07.9(1) General (January 6, 2017 WSDOT GSP) Section 1- 07.9(1) is supplemented with the following: The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. WA170001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. (April 2, 2007 WSDOT GSP) Application of Wage Rates For The Occupation Of Landscape Construction State prevailing wage rates for public works contracts are included in this contract and show a separate listing for the occupation: City of Federal Way 21st Ave S Pedestrian Improvements SP -31 RFB #17 -004 Mar 2017 Landscape Construction, which includes several different occupation descriptions such as: Irrigation and Landscape Plumbers, Irrigation and Landscape Power Equipment Operators, and Landscaping or Planting Laborers. In addition, federal wage rates that are included in this contract may also include occupation descriptions in Federal Occupational groups for work also specifically identified with landscaping such as: Laborers with the occupation description, Landscaping or Planting, or Power Equipment Operators with the occupation description, Mulch Seeding Operator. If Federal wage rates include one or more rates specified as applicable to landscaping work, then Federal wage rates for all occupation descriptions, specific or general, must be considered and compared with corresponding State wage rates. The higher wage rate, either State or Federal, becomes the minimum wage rate for the work performed in that occupation. Contractors are responsible for determining the appropriate crafts necessary to perform the contract work. If a classification considered necessary for performance of the work is missing from the Federal Wage Determination applicable to the contract, the Contractor shall initiate a request for approval of a proposed wage and benefit rate. The Contractor shall prepare and submit Standard Form 1444, Request for Authorization of Additional Classification and Wage Rate available at http: / /www.wdol.gov /docs /sf1444.pdf, and submit the completed form to the Project Engineer's office. The presence of a classification wage on the Washington State Prevailing Wage Rates For Public Works Contracts does not exempt the use of form 1444 for the purpose of determining a federal classification wage rate. 1 -07.11 Requirements for Nondiscrimination (August S, 2013 WSDOT GSP) Section 1 -07.11 is supplemented with the following: Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Until further notice City of Federal Way 21st Ave S Pedestrian Improvements SP -32 Goal 6.9% RFB #17 -004 Mar 2017 Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non -SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA: SMSA Counties: Richland Kennewick, WA WA Benton; WA Franklin. Non -SMSA Counties WA Walla Walla. 5.4 3.6 Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non -SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non -SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. Portland, OR: SMSA Counties: Portland, OR -WA 4.5 WA Clark. Non -SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on -site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity City of Federal Way 21st Ave S Pedestrian Improvements SP -33 RFB #17 -004 Mar 2017 Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60- 4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the Subcontractor; employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 — 7th Street, Suite 18 -300 San Francisco, CA 94103(415) 625 -7800 Phone (415) 625 -7799 Fax Additional information may be found at the U.S. Department of Labor website: http:// www. dol. gov /ofccp/TAguides /ctaguide.htm 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: City of Federal Way 21st Ave S Pedestrian Improvements SP -34 RFB #17 -004 Mar 2017 (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60 -4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or Subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. City of Federal Way 21st Ave S Pedestrian Improvements SP -35 RFB #17 -004 Mar 2017 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -the- street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the City of Federal Way 21st Ave S Pedestrian Improvements SP -36 RFB #17 -004 Mar 2017 Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on- the -job training opportunity and /or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on -site supervisory personnel such as Superintendents, General Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after City of Federal Way 21st Ave S Pedestrian Improvements SP -37 RFB #17 -004 Mar 2017 school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor - union, contractor- community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work -force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the City of Federal Way 21st Ave S Pedestrian Improvements SP -38 RFB #17 -004 Mar 2017 Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60 -4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: City of Federal Way 21st Ave S Pedestrian Improvements SP -39 RFB #17 -004 Mar 2017 Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504 -7314 Ph: 360 - 705 -7090 Fax: 360 - 705 -6801 http://www.wsdot.wa.gov/equalopportunity/default.htm (August 15, 2016 APWA GSP, Option B) Supplement this section with the following: Disadvantaged Business Enterprise Condition of Award Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker — A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons /companies who arrange or expedite transactions. Disadvantaged Business Enterprise (DBE) — A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. Commercially Useful Function (CUF) 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially usefu/ function when it is responsib /e for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itse /f To determine whether a DBE is performing a commercia //y useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Contract Per 49 CFR 26, a contract is a legally binding relationship obligating a seller to furnish supplies or services (including, but not limited to, construction and professional services) and the buyer to pay for them. For purposes of this part, a lease is considered to be a contract. City of Federal Way 21st Ave S Pedestrian Improvements SP -40 RFB #17 -004 Mar 2017 DBE Commitment — The dollar amount the Contractor indicates they will be subcontracting to be applied towards the DBE Condition of Award Goal as shown on the DBE Utilization Certification Form, and in the Bid Item breakdown for each DBE Subcontractor. This DBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. Any changes to the DBE Commitment shall require Engineer's approval. DBE Condition of Award (COA) Goal — An assigned numerical percentage of the Bid amount of the Contract. This is the minimum amount that the Bidder must commit to by submission of the Utilization Certification Form and /or by Good Faith Effort (GFE). The DBE COA Goal will also be applied to change orders associated with this Contract. DBE Directory of Certified Firms — A publication listing all Minority, Women, and Disadvantaged Business Enterprises currently certified by the Washington State Office of Minority and Women's Business Enterprises (OMWBE). The on- line Directory is available to contractors for their use in identifying and soliciting interest from DBE firms whose participation on a contract may be counted toward achievement of the assigned DBE COA Goal, except in cases where the firm's certification is temporarily suspended (refer to OMWBE's Suspension List at the Directory webpage). Description of Work — Specific descriptions of work that the DBE is certified to perform, as identified in the OMWBE Directory of Certified Firms, under the DBE's profile page. Good Faith Efforts — Efforts to achieve the DBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) — A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and substantially alters goods and materials to make them suitable for construction use before reselling them. Regular Dealer (DBE) — A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm shall engage in, as its principal business and in its own name, the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not keep such products in stock if it owns or operates distribution equipment. Brokers, manufacturers' representatives, packagers or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. City of Federal Way 21st Ave S Pedestrian Improvements SP-41 RFB #17 -004 Mar 2017 DBE COA Goal The Contracting Agency has established a COA Contract Goal in the amount of 12 %. DBE Eligibility /Selection of DBEs A Directory of Certified Firms is available at the OMWBE web site. A description of specific items of work that a DBE is certified to perform is shown in the directory on the DBE's profile page. DBE firms whose certification is temporarily suspended will not be considered for purposes of meeting a COA DBE goal on new contracts. Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non -COA DBE Subcontractors shall be certified before the subcontract on which it is participating is executed. DBE participation cannot be counted toward the Contractor's contract goal if the DBE firm's certification is temporarily suspended (based on the date the Notice of Suspension was issued). DBE participation cannot be counted until the amount being counted has actually been paid to the DBE (and the DBE performed a CUF). The following are some examples of what may be counted as DBE participation. In all cases the DBE must be certified for the work being considered and must be capable of performing a CUF during the execution of the Work. DBE Prime Contractor A DBE Contractor may only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. DBE Subcontractor Only that portion of the total dollar value of the subcontract equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces. Include the cost of supplies and materials obtained by the DBE for its work on the contract, and equipment leased by the DBE. DBEs may lease equipment from non -DBE firms (except from the prime contractor or its affiliates). DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract, with its own forces. Formal lease agreements are required and should be on a long -term basis. Equipment leased by the DBE on an ad -hoc basis requires contracting agency approval. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliates shall not be credited (including any Contractor's resources made available to DBE subcontractors at no cost). City of Federal Way 21st Ave S Pedestrian Improvements SP -42 RFB #17 -004 Mar 2017 If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the DBE COA Goal only if the DBE's Lower -Tier Subcontractor is also a DBE. Work subcontracted to a non -DBE does not count towards the DBE COA Goal. Count expenditures toward DBE COA Goal only if the DBE is performing a commercially useful function (CUF) on that contract. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. The subcontract agreement shall incorporate requirements of the primary Contract. Subcontract agreements of all tiers, including lease agreements shall be readily available at the project site for the Engineer review. DBE Broker /Packager The value of fees or commissions charged by a DBE Broker or a DBE behaving in a manner of a Broker for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited towards meeting the DBE COA Goal if the fee /commission is determined to be reasonable, and the firm is determined to be performing a CUF. Force Account Work When the Contractor elects to utilize force account Work to meet the DBE COA Goal, as demonstrated by listing this force account Work on the DBE Utilization Certification Form, for the purposes of meeting DBE COA Goal, only 50% of the Proposal amount shall be credited toward the Contractors Commitment to meet the DBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards DBE COA Goal. Flagging If the DBE firm is being utilized in the capacity of "Flagging" only, the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm will also provide all flagging equipment (e.g. paddles, hard hats, and vests). If the DBE firm is being utilized in the capacity of "Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g. cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. If the DBE firm utilizes the Contractor's equipment, such as Transportable Attenuators and Portable Changeable Message Signs (PCMS) no DBE credit can be taken for supplying and operating the items. Trucking The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The DBE receives credit for the value of the City of Federal Way 21st Ave S Pedestrian Improvements SP -43 RFB #17 -004 Mar 2017 transportation services it provides on the Contract using trucks it owns, licenses, insures, and operates with drivers it employs. The DBE may lease trucks from another DBE firm. The Work that a DBE trucking firm performs with trucks it leases from other certified DBE trucking firms qualify for 100% DBE credit. The DBE may lease trucks from a non -DBE truck leasing company, but can only receive DBE credit for the value of the hauling services if the DBE uses its own employees as drivers. The trucking Work subcontracted to any non -DBE trucking firm will not receive credit for Work done on the project. Truck registration and lease agreements shall be readily available at the project site for the Engineer review. DBE participation of trucking firms can only be applied to the value of the hauling services, not for the materials being hauled (unless the trucking firm is also certified as a supplier). In situations where the DBE's work is priced per ton, the value of hauling must be calculated separately from the value of the materials in order to determine DBE credit for hauling. DBE Manufacturer and DBE Regular Dealer If materials or supplies are obtained from a DBE Manufacturer, 100 percent of the cost of materials or supplies can count toward the DBE COA Goal. The DBE Manufacturer shall be certified as such by OMWBE. Sixty percent (60 %) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited toward meeting the DBE COA Goal. If the role of the DBE Regular Dealer is determined to be that of a pass- through, then no DBE credit will be given for its services. Regular Dealer status and the amount of credit is determined on a Contract -by- Contract basis. A firm wishing to be approved as a Regular Dealer for a specific project must submit a request in writing to WSDOT for approval, no later than ten working days prior to Bid opening. The Approved Regular Dealers List is published on WSDOT's Office of Equal Opportunity (OEO) web site. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on a job site, can count toward DBE COA Goal, provided the fees are not excessive as compared with fees customarily allowed for similar services. The cost of the materials and supplies themselves cannot be counted toward DBE COA Goal. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is certified by the Office of Minority and Women's City of Federal Way 21st Ave S Pedestrian Improvements SP-44 RFB #17 -004 Mar 2017 Business Enterprises in a NAICS code that fall within the 42XX0( NAICS Wholesale code section. Disadvantaged Business Enterprise Utilization Certification FORM # 272 -056 EF To be eligible for award of the Contract, the Bidder shall properly complete and submit a Disadvantaged Business Enterprise Utilization Certification with the Bidder's sealed Bid Proposal, as specified in Section 1 -02.9 Delivery of Proposal. The Bidder's Disadvantaged Business Enterprise Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA Goal. A Disadvantaged Business Enterprise Utilization Certification (WSDOT Form 272 -056 EF) is included in your Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the DBE COA Goal. • Force account at 50% • Regular dealer at 60% In the event of arithmetic errors in completing the Disadvantaged Business Enterprise Utilization Certification the amount listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. Note: The Contracting Agency shall consider as non - responsive and shall reject any Bid Proposal submitted that does not contain a Disadvantaged Business Enterprise Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the DBE COA Goal. Disadvantaged Business Enterprise Written Confirmation Document(s) FORM # 422 -031 EF The Bidder shall submit a Disadvantaged Business Enterprise Written Confirmation Document (completed and signed by the DBE) for each DBE firm listed in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the DBEs that they are participating in the Contract as provided in the Contractor's Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A Disadvantaged Business Enterprise Written Confirmation Document (form No. 422 -031 EF) is included in your Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1 -02.9 Delivery of Proposal. It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that a Written Confirmation Document was signed by a DBE that was not City of Federal Way 21st Ave S Pedestrian Improvements SP -45 RFB #17 -004 Mar 2017 complete; the validity of the document comes into question and the associated DBE participation may not receive credit. Selection of Successful Bidder /Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The contracting agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the DBE's listed on the DBE Utilization Certification. Achieving the DBE COA Goal may be accomplished in one of two ways, as follows: 1. By meeting the DBE COA Goal The best indication of GFE is to document, through submission of the Disadvantaged Business Enterprise Utilization Certification and supporting Disadvantaged Business Enterprise Written Confirmation Document(s) that the Bidder has obtained enough DBE participation to meet or exceed the assigned DBE COA Goal. That being the case, no additional GFE documentation is required. Or; 2. By documentation that the Bidder made adequate GFE to meet the DBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. In this case, the Bidder must supply GFE documentation in addition to the Disadvantaged Business Enterprise Utilization Certification, and supporting Disadvantaged Business Enterprise (DBE) Written Confirmation Document(s). Note: In the case where the Bidder was awarded the contract based on demonstrating adequate GFE the advertised DBE COA Goal will not be reduced to the Bidder's partial commitment. Further, the Bidder shall demonstrate a GFE during the life of the Contract to attain the DBE COA Goal as assigned to the project. GFE documentation shall be received, as specified in the special provisions for Section 1- 02.9 Delivery of Proposal. Based upon all the relevant documentation submitted in Bid or as a supplement to Bid, the Contracting Agency shall determine whether the Bidder has demonstrated sufficient GFE to achieve DBE participation. The Contracting Agency will make a fair and reasonable judgment of whether a Bidder that did not meet the DBE COA Goal through participation, made adequate good faith efforts as demonstrated by the GFE documentation. Good Faith Effort (GFE) Documentation GFE is evaluated when determining award of a prime contract that has an assigned DBE goal; when a COA DBE is terminated and substitution is required; and post award when determining whether the Contractor has satisfied its DBE commitments. City of Federal Way 21st Ave S Pedestrian Improvements SP -46 RFB #17 -004 Mar 2017 The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. Responding to all GFE listed in 49 CFR Part 26, Appendix A does not, in itself, demonstrate adequate good faith efforts. 1. Soliciting through all reasonable and available means (e.g. attendance at pre -bid meetings, advertising and /or written notices) the interest of all certified DBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by DBEs in order to increase the likelihood that the DBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate DBE participation, even when the Contractor might otherwise prefer to perform these Work items with its own forces. 3. Providing interested DBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. a. Negotiating in good faith with interested DBEs. It is the Bidder's responsibility to make a portion of the Work available to DBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the Work. b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as the DBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a Bidder's failure to meet the DBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Contractor to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Contractors are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. 4. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Contractor's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non -union employee status) City of Federal Way 21st Ave S Pedestrian Improvements SP -47 RFB #17 -004 Mar 2017 are not legitimate causes for the rejection or non - solicitation of bids in the Contractor's efforts to meet the DBE COA Goal. 5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Contractor. 6. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority /women community organizations; minority /women contractors' groups; local, State, and Federal minority /women business assistance offices; and other organizations as allowed on a case -by -case basis to provide assistance in the recruitment and placement of DBEs. 8. Documentation of GFE must include copies of each DBE and non -DBE subcontractor quotes submitted to the Bidder when a non -DBE subcontractor is selected over a DBE for Work on the Contract. (ref. updated DBE regulations — 26.53(b)(2)(vi) & App. A) Administrative Reconsideration of GFE Documentation Any Bidder has the right to reconsideration but only for the purpose of reassessing the GFE documentation that was originally submitted with their Bid, and determined to be inadequate. • The Bidder must request within 48 hours of GFE determination and schedule a reconsideration hearing within seven calendar days of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • Only the GFE documentation submitted and evaluated to meeting the required DBE COA Goal shall be considered. Bidder shall not introduce new documentation at the reconsideration hearing. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. City of Federal Way 21st Ave S Pedestrian Improvements SP -48 RFB #17 -004 Mar 2017 1. Additional information for all successful DBEs as shown on the Disadvantaged Business Enterprise Utilization Certification: a. Correct business name, federal employee identification number (if available), and mailing address. b. List of all Bid items (with a clear description of the Work to be performed) assigned to each successful DBE, including the dollar value. c. Description of partial items (if any) to be sublet to each successful DBE specifying the Work committed under each item to be performed and including the dollar value of the DBE portion. d. Total amounts shown for each DBE shall match the amount shown on the Disadvantaged Business Enterprise Utilization Certification. A breakdown that does not conform to the Disadvantaged Business Enterprise Utilization Certification or that demonstrates a different amount of DBE participation than that included in the Disadvantaged Business Enterprise Utilization Certification will be returned for correction. 2. A list of all firms who submitted a bid or project whether they were successful or mailing address. Note: The firms identified by the Contracting Agency to solicit the firm and average of its three - years. quote in attempt to participate in this not. Include the business name and Contractor may be contacted by the general information as follows: age of gross annual receipts over the past Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material and installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish - and- install contract, it has not performed a CUF and the cost of materials cannot be counted toward DBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing /purchasing equipment from the Contractor is not allowed. Lease agreements shall be readily available for review by the Engineer. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE City of Federal Way 21st Ave S Pedestrian Improvements SP -49 RFB #17 -004 Mar 2017 shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. The Engineer will use the following factors in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation. The owner demonstrates business related knowledge, shows up on site and is active in running the business. • The DBE finances are independently controlled by the DBE. • The DBE shall with its own workforce, operate at least one fully licensed, insured, and operational truck used on the Contract. Employees are shown exclusively on the DBE payroll. • The DBE may lease trucks without drivers from a non -DBE truck leasing company. If the DBE leases trucks from a non -DBE truck leasing company and uses its own employees as drivers, it is entitled to credit for the total value of these hauling services. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck. This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. • Leased trucks shall be driven by DBE employees included in the DBE's payroll. The DBE may lease trucks from another DBE including a DBE owner - operator. The DBE who leases trucks from another DBE shall claim participation for the total value of the transportation services the lessee DBE provides on the Contract. Joint Checking A joint check is a two -party check between a DBE, a prime contractor and the supplier of material /supplies. The check is issued by the Contractor as payer to the DBE Subcontractor and the material supplier jointly (to guarantee payment to the supplier) for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement signed by all parties involved must be requested using the DBE Joint Check Request Form (# 272 -053). The Joint Check Request Form City of Federal Way 21st Ave S Pedestrian Improvements SP -50 RFB #17 -004 Mar 2017 and the Joint Check Agreement Form must be submitted and approved by the Engineer prior to its use. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must "be responsible for negotiating price, determining quality and quantity, ordering the material and installing (where applicable) and paying for the material itself." Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Refer to Section 1 -08.1 for Prompt Payment requirements associated with this contract. Reporting All certified DBE Work whether COA or race neutral participation is reported. The Contractor shall submit a Monthly Report of Amounts Credited as DBE Participation (form #422 -103) to the Project Engineer each month, regardless of whether payments were made or Work occurred, between Execution of the Contract and the final amounts paid to DBE contractor or Completion of the Contract. In the event that the payments to a DBE contractor have been made by an entity other than the Contractor, as in the case of a lower -tier Subcontractor or supplier, then the Contractor shall obtain evidence of payments from the paying entity and report these payments to the Engineer as described above on form #422 -103. The monthly report is due 20 calendar days following the end of the month. Changes in COA Work Committed to DBE The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which each is committed unless approved by the Engineer. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA DBEs. Owner Initiated Changes The Engineer will consider the impact on DBE participation in instances where the Engineer changes Work that was committed to a DBE at the time of Contract Award. In such instances, the Contractor shall not be required to substitute for the Work but is encouraged to do so. The Engineer may direct DBE participation or solicitation of DBEs as part of a change order. Contractor- Initiated Changes The Contractor cannot reduce the amount of work of a COA DBE without good cause, even if the Contractor continues to meet the DBE COA Commitment through other means. Reducing a COA DBE's Commitment is viewed as a partial DBE termination, subject to the procedures below. City of Federal Way 21st Ave S Pedestrian Improvements SP -51 RFB #17 -004 Mar 2017 Original Quantity Underruns In the event that Work committed to a DBE firm as part of the COA underruns the original planned quantities the Contractor is encouraged to substitute the remaining applicable Work to another DBE but is not required to do so. Contractor Proposed DBE Substitutions Requests to substitute a COA DBE must be for good cause (see DBE termination process below), and requires the written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a DBE with another certified DBE. When any changes encountered between Contract Award and Execution that result in a substitution of COA DBE, the substitute DBE shall be certified prior to the due date for bids on the Contract. DBE Termination Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole or in part with prior written approval of the Engineer. If the Contractor terminates a COA DBE without the written approval of the Engineer, the Contractor shall not be entitled to any payment for work or material performed /supplied by the COA DBE. The Contractor must have good cause to terminate a COA DBE. Good cause typically includes situations where the DBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: • The DBE fails or refuses to execute a written contract. • The DBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. • The DBE fails or refuses to meet the Contractor's reasonable nondiscriminatory bond requirements. • The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The DBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The DBE voluntarily withdraws from the project, and provides written notice of its withdrawal. • The DBE's work is deemed unsatisfactory by the Engineer and not in compliance with the contract. • The DBE's owner dies or becomes disabled with the result that the DBE is unable to complete its Work on the contract. Good cause does not exist if: City of Federal Way 21st Ave S Pedestrian Improvements SP -52 RFB #17 -004 Mar 2017 • The Contractor seeks to terminate a COA DBE so that the Contractor can self - perform the Work. • The Contractor seeks to terminate a COA DBE so the Contractor can substitute another DBE contractor or non -DBE contractor after Contract Award. • The failure or refusal of the COA DBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). Prior to requesting termination, the Contractor shall give notice in writing to the DBE with a copy to the Engineer of its intent to request to terminate DBE Work and the reasons for doing so. The DBE shall have five (5) working days to respond to the Contractor's notice. The DBE's response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. When a COA DBE is terminated, or fails to complete its work on the contract for any reason, the Contractor shall substitute with another DBE, substitute other DBE participation or provide documentation of GFE. A plan to achieve the COA DBE Commitment shall be submitted to the Engineer within 2 working days of the approval of termination or the Contract shall be suspended until such time the substitution plan is submitted. Decertification /Graduation When a DBE is "decertified" or "graduates" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count towards the DBE COA Goal as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification /graduation. Consequences of Non - Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and /or (4) Disqualifying the Contractor from future bidding as non - responsible. RFB #17 -004 Mar 2017 City of Federal Way 21st Ave S Pedestrian Improvements SP -53 Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non - compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the DBE COA Commitment and /or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity's ability to participate in future contracts. Sanctions If it is determined that the Contractor's failure to meet all or part of the DBE COA Commitment is due to the Contractor's inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1- 07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. 1 -07.12 Federal Agency Inspection Section 1 -07.12 is supplemented with the following: (January 25, 2016 WSDOT GSP) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised May 1, 2012 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each Subcontract requiring the Subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier Subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each Subcontract for Subcontractors and lower tier Subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1 -07.13 Contractor's Responsibility for Work 1- 07.13(4) Repair of Damage (August 6, 2001 WSDOT GSP) Section 1- 07.13(4) is revised to read: City of Federal Way 21st Ave S Pedestrian Improvements SP -54 RFB #17 -004 Mar 2017 The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. For damage qualifying for relief under Sections 1- 07.13(1), 1- 07.13(2) or 1- 07.13(3), payment will be made in accordance with Section 1 -04.4. Payment will be limited to repair of damaged work only. No payment will be made for delay or disruption of work. 1 -07.16 Protection and Restoration of Property 1- 07.16(2) Vegetation Protection and Restoration (August 2, 2010 WSDOT GSP) Section 1- 07.16(2) is supplemented with the following: Vegetation and soil protection zones for trees shall extend out from the trunk to a distance of 1 foot radius for each inch of trunk diameter at breast height. Vegetation and soil protection zones for shrubs shall extend out from the stems at ground level to twice the radius of the shrub. Vegetation and soil protection zones for herbaceous vegetation shall extend to encompass the diameter of the plant as measured from the outer edge of the plant. 1 -07.17 Utilities and Similar Facilities (April 2, 2007 WSDOT GSP) Section 1 -07.17 is supplemented with the following: Locations and dimensions shown in the Plans for existing facilities are in accordance with available information obtained without uncovering, measuring, or other verification. 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: o Hydrant relocation by Lakehaven Water & Sewer District o Any other relocations, replacements, or adjustments as necessary 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. 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 (January 4, 2016 APWA GSP) 1- 07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1 -07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A -: VII and licensed to do business in City of Federal Way 21st Ave S Pedestrian Improvements SP -55 RFB #17 -004 Mar 2017 the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims -made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period c' tail") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or self - insured pool coverage. Any insurance, self- insurance, or self- insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. E. The Contractor shall provide the Contracting Agency and all additional insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. F. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency G. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days' notice to the Contractor to correct the breach, immediately terminate the Contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. H. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the Contract and no additional payment will be made. 1- 07.18(2) Additional Insured All insurance policies, with the exception of Workers Compensation, and of Professional Liability and Builder's Risk (if required by this Contract) shall name City of Federal Way 21st Ave S Pedestrian Improvements SP -56 RFB #17 -004 Mar 2017 the following listed entities as additional insured(s) using the forms or endorsements required herein: • the Contracting Agency and its officers, elected officials, employees, agents, and volunteers • MacKay + Sposito and its officers, employees, agents, and subconsultants • Consultants hired by the Contracting Agency for design, construction support, or materials testing. The above - listed entities shall be additional insured(s) for the full available limits of liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1- 07.18(4) describes limits lower than those maintained by the Contractor. For Commercial General Liability insurance coverage, the required additional insured endorsements shall be at least as broad as ISO forms CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. 1- 07.18(3) Subcontractors The Contractor shall cause each Subcontractor of every tier to provide insurance coverage that complies with all applicable requirements of the Contractor - provided insurance as set forth herein, except the Contractor shall have sole responsibility for determining the limits of coverage required to be obtained by Subcontractors. The Contractor shall ensure that all Subcontractors of every tier add all entities listed in 1- 07.18(2) as additional insureds, and provide proof of such on the policies as required by that section as detailed in 1- 07.18(2) using an endorsement as least as broad as ISO CG 20 10 10 01 for ongoing operations and CG 20 37 10 01 for completed operations. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency evidence of insurance and copies of the additional insured endorsements of each Subcontractor of every tier as required in 1- 07.18(4) Verification of Coverage. 1- 07.18(4) Verification of Coverage The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. Failure of Contracting Agency to demand such verification of coverage with these insurance requirements or failure of Contracting Agency to identify a deficiency from the insurance documentation provided shall not be construed as a waiver of Contractor's obligation to maintain such insurance. Verification of coverage shall include: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. City of Federal Way 21st Ave S Pedestrian Improvements SP -57 RFB #17 -004 Mar 2017 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1- 07.18(2) as additional insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. 3. Any other amendatory endorsements to show the coverage required herein. 4. A notation of coverage enhancements on the Certificate of Insurance shall not satisfy these requirements — actual endorsements must be submitted. Upon request by the Contracting Agency, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). If Builders Risk insurance is required on this Project, a full and certified copy of that policy is required when the Contractor delivers the signed Contract for the work. 1- 07.18(5) Coverages and Limits The insurance shall provide the minimum coverages and limits set forth below. Contractor's maintenance of insurance, its scope of coverage, and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the Contracting Agency's recourse to any remedy available at law or in equity. All deductibles and self- insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible or self- insured retention shall be the responsibility of the Contractor. In the event an additional insured incurs a liability subject to any policy's deductibles or self- insured retention, said deductibles or self- insured retention shall be the responsibility of the Contractor. 1- 07.18(5)A Commercial General Liability Commercial General Liability insurance shall be written on coverage forms at least as broad as ISO occurrence form CG 00 01, including but not limited to liability arising from premises, operations, stop gap liability, independent contractors, products- completed operations, personal and advertising injury, and liability assumed under an insured contract. There shall be no exclusion for liability arising from explosion, collapse or underground property damage. The Commercial General Liability insurance shall be endorsed to provide a per project general aggregate limit, using ISO form CG 25 03 05 09 or an equivalent endorsement. Contractor shall maintain Commercial General Liability Insurance arising out of the Contractor's completed operations for at least three years following Substantial Completion of the Work. Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal & Advertising Injury each offense $1,000,000 Stop Gap / Employers' Liability each Accident City of Federal Way 21st Ave S Pedestrian Improvements SP -58 RFB #17 -004 Mar 2017 1-07.18(5)B Automobile Liability_ Automobile Liability shall cover owned, non - owned, hired, and leased vehicles; and shall be written on a coverage form at least as broad as ISO form CA 00 01. If the work involves the transport of pollutants, the automobile liability policy shall include MCS 90 and CA 99 48 endorsements. Such policy must provide the following minimum limit: $1,000,000 Combined single limit each accident 1- 07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 1- 07.18(5)D Excess or Umbrella Liability (January 4, 2016 APWA GSP) The Contractor shall provide Excess or Umbrella Liability insurance with limits of not less than $3,000,000 each occurrence and annual aggregate. This excess or umbrella liability coverage shall be excess over and as least as broad in coverage as the Contractor's Commercial General and Auto Liability insurance. All entities listed under 1- 07.18(2) of these Special Provisions shall be named as additional insureds on the Contractor's Excess or Umbrella Liability insurance policy. This requirement may be satisfied instead through the Contractor's primary Commercial General and Automobile Liability coverages, or any combination thereof that achieves the overall required limits of insurance. 1- 07.18(5)K Professional Liability (January 4, 2016 APWA GSP) The Contractor and /or its Subcontractor(s) and /or its design consultant providing construction management, value engineering, or any other design - related non - construction professional services shall provide evidence of Professional Liability insurance covering professional errors and omissions. Such policy shall provide the following minimum limits: $1,000,000 per claim and annual aggregate If the scope of such design - related professional services includes work related to pollution conditions, the Professional Liability insurance shall include coverage for Environmental Professional Liability. If insurance is 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. 1 -07.23 Public Convenience and Safety 1- 07.23(1) Construction under Traffic (January 2, 2012 WSDOT GSP) City of Federal Way 21st Ave S Pedestrian Improvements SP -59 RFB #17 -004 Mar 2017 Section 1- 07.23(1) is supplemented with the following: 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. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or Tess 10* 40 mph 15 45 to 55 mph 20 60 mph or greater 30 * or 2 -feet beyond the outside edge of sidewalk Minimum Work Zone Clear Zone Distance (January 5, 2015 WSDOT GSP) Lane closures are subject to the following restrictions: 1 -07.24 Rights of Way (July 23, 2015 APWA GSP) Delete this section and replace it with the following: Street Right of Way lines, limits of easements, and limits of construction permits are indicated in the Plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. City of Federal Way 21st Ave S Pedestrian Improvements SP -60 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of way and easements, both permanent and temporary, necessary for carrying out the work. Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's attention by a duly issued Addendum. Whenever any of the work is accomplished on or through property other than public Right of Way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained by the Contracting Agency from the owner of the private property. Copies of the easement agreements may be included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights of entry have not been acquired prior to advertising, these areas are so noted in the Plans. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry or right of way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1 -07.28 Communication with Businesses and Property Owners (City of Federal Way) Section 1 -07.28 is added: The Contractor will be responsible for communicating all work activities with the property owners / tenants. The Contractor, along with the City's inspector, shall have one formal meeting with the managers of the business corridor prior to the start of construction.. Payment for said meetings and communication shall be considered incidental to other bid items and no additional payment will be made. City of Federal Way 21st Ave S Pedestrian Improvements SP -61 RFB #17 -004 Mar 2017 1 -08 PROSECUTION AND PROGRESS Add the following new section: 1 -08.0 Preliminary Matters (May 25, 2006 APWA GSP) 1- 08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer, and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction meeting the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -62 RFB #17 -004 Mar 2017 submitted for review no later than noon two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non - Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence.) 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24 -hour period. 4. If a 4 -10 work schedule is requested and approved the non - working day for the week will be charged as a working day. 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1 -08.1 Subcontracting (August 24, 2016 APWA GSP) Delete the eighth paragraph and replace it with the following: On all projects funded with federal assistance the Contractor shall submit " Monthly Report of Amounts Credited as DBE Participation" (form 422 -103 EF) on a monthly basis, in which DBE Work is accomplished, for every month in which the Contract is active or upon completion of the project, as appropriate. The monthly reports are due on the 20th of the month following the end of the previous month. (October 12, 1998 WSDOT GSP) Section 1 -08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420 -004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A Subcontractor or lower tier Subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (Form 421 -012), and City of Federal Way 21st Ave S Pedestrian Improvements SP -63 RFB #17 -004 Mar 2017 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal -aid Projects (Form 420 -004). The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all Subcontractors and lower tier Subcontractors shall be available and open to similar inspection or audit for the same time period. 1 -08.3 Progress Schedule 1- 08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 -08.4 Prosecution of Work Delete this section and replace it with the following: 1 -08.4 Notice to Proceed and Prosecution of Work (July 23, 2015 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1- 10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1 -08.5 Time for Completion (September 12, 2016 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -64 RFB #17 -004 Mar 2017 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: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1- 07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. Property owner releases per Section 1 -07.24 (March 13, 1995 WSDOT GSP) Section 1 -08.5 is supplemented with the following: This project shall be physically complete within 60 working days. 1 -08.6 Suspension of Work (City of Federal Way) Supplement Section 1 -08.6 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -65 RFB #17 -004 Mar 2017 14 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for physical completion of the contract. Such purchase orders shall disclose the purchase order date and estimated delivery dates for such critical material. The Contractor shall show procurement of the materials listed below as activities in the Progress Schedule. If the approved Progress Schedule indicated that the materials procurement are critical activities, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 14 calendar days, then the contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: * ** Decorative Luminaire Poles * ** 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 -08.9 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 -09.9 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -66 RFB #17 -004 Mar 2017 The Contractor shall submit a breakdown of the cost of lump sum bid items at the Preconstruction Conference, to enable the Project Engineer to determine the Work performed on a monthly basis. A breakdown is not required for lump sum items that include a basis for incremental payments as part of the respective Specification. Absent a lump sum breakdown, the Project Engineer will make a determination based on information available. The Project Engineer's determination of the cost of work shall be final. Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payments. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders — entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1- 09.9(1), on non FHWA- funded projects; 2. The amount of progress payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1 -05.1. 1- 09.9(1) Retainage (June 27, 2011 WSDOT GSP) Section 1- 09.9(1) content and title is deleted and replaced with the following: Vacant City of Federal Way 21st Ave S Pedestrian Improvements SP -67 RFB #17 -004 Mar 2017 1 -09.11 Disputes and Claims 1- 09.11(3) Time Limitation and Jurisdiction (July 23, 2015 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that any claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1- 05.12) of the Contract by the Contracting Agency; and it is further agreed that any such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.05 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to any records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1 -09.13 Claim Resolution 1- 09.13(3) Claims $250.000 or Less (October 1, 2005APWA 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 Tess, 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 (July 23, 2015 APWA GSP) Revise the third paragraph to read: The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency's headquarters is located, provided that where claims subject to arbitration are asserted against a county, RCW 36.01.05 shall control venue and jurisdiction of the Superior Court. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1 -10 TEMPORARY TRAFFIC CONTROL 1 -10.1 General (City of Federal Way) Section 1 -10.1 is revised with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -68 RFB #17 -004 Mar 2017 1 1 If the Contractor opts to utilize traffic control plans other than those provided in these Contract Documents, the Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of ten (10) working days prior to 1 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 1 radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way 1 Standard Detail DWG 3 -19A. The Contractor shall provide flaggers, signs, and other traffic control devices. The I 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, I roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. I Business Open During Construction Signs The Contractor shall provide a minimum of two (2) Business Open During Construction signs for the project. The Business Open During Construction signs shall be per the detail I in the plans. Business Open During Construction Signs shall be considered Construction Signs Class A. I City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the detail provided by the City. 1 1 -10.2 Traffic Control Management 1 1- 10.2(1) General (January 3, 2017 WSDOT GSP) Section 1- 10.2(1) is supplemented with the following: I Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: I The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 1 (360) 297 -3035 Evergreen Safety Council I 12545 135th Ave. NE Kirkland, WA 98034 -8709 1- 800 - 521 -0778 1 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 1 Training Dept. Toll Free (877) 642 -4637 City of Federal Way RFB #17 -004 I 21st Ave S Pedestrian Improvements Mar 2017 SP -69 Phone: (540) 368 -1701 1- 10.2(2) Traffic Control Plans (City of Federal Way) 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. Detours will not be allowed except as noted herein or Section 1- 07.23(2) as amended. 6. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as possible. The streets, sidewalks and private driveways shall be kept open by the Contractor except for the brief periods when actual work is being done. The Contractor shall so conduct his operations so as to have under construction no greater length or amount of work than he can prosecute vigorously and he shall not open up sections of the work and leave them in an unfinished condition. See Section 1- 07.23(1) for additional driveway closure requirements. 7. Temporary paint striping, reflective marking tape, and /or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall provide temporary striping, reflective marking tape, and /or reflective tubular markers as required at the direction of the Engineer. City of Federal Way 21st Ave S Pedestrian Improvements SP -70 RFB #17 -004 Mar 2017 8. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. Special Conditions • Closure of one lane at a time may occur between the hours of 7AM to 7PM • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. • Any closures between 7PM to 7AM require prior approval by the City. • All business accesses will remain open during business hours. • No more than one shift may be worked per day without approval of the Engineer. • Pedestrians must have access to pedestrian push buttons at all times. • The Contractor shall maintain at least one continuous ADA accessible pedestrian walkway throughout the project at all times. • Bus stops (including the transit center) shall remain ADA accessible to pedestrians at all times throughout the project. • Buses must have vehicular access through the project site at all times. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:00 AM on the day after the holiday or holiday weekend. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 1 SP -71 RFB #17 -004 Mar 2017 DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description (City of Federal Way) Section 2 -01.1 is supplemented with the following: Clearing and grubbing on this project shall be performed within the limits shown in the plans. 2 -01.3 Construction Requirements 2- 01.3(3) Clearing Limit Fence (City of Federal Way) Section 2- 01.3(3) is a new section: Clearing limit fence shall be 4 -feet high, orange, high density polyethylene fencing with mesh openings 11/2-inch by 3- inches nominal and weigh at least 7 oz. per linear foot. Either wood or steel posts shall be used. Wood posts shall have minimum dimensions of 11/2 inches by 11/2 inches by the minimum length of 5 feet, and shall be free of knots, splits, or gouges. Steel posts shall consist of either size No. 6 rebar or larger, ASTM A 120 steel pipe with a minimum diameter of 1 inch, U, T, L or C shape steel posts with a minimum weight of 1.35 lbs. /ft. or other steel posts having equivalent strength and bending resistance to the post sizes listed. The spacing of the support posts shall be a maximum of 61/2 feet. 2- 01.3(4) Roadside Cleanup (City of Federal Way) Section 2- 01.3(4) is a new section: The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9 -14 and 9 -15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8 -02 and 8 -03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing roadside restoration work. 2 -01.4 Measurement (City of Federal Way) Section 2 -01.4 is supplemented with the following: "Clearing and Grubbing" will be measured on a lump sum basis. Installation, maintenance, and removal of the Clearing Limit Fence shall be incidental to the Clearing and Grubbing bid item. City of Federal Way 21st Ave S Pedestrian Improvements (S 316th St to 320th St) SP -72 85% Design Plans June 2015 "Roadside Cleanup ", will be measured by force account. 2 -01.5 Payment (City of Federal Way) Section 2 -01.5 is supplemented with the following: "Clearing and Grubbing ", on a lump sum basis. "Roadside Cleanup" by force account. 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description (City of Federal Way) Section 2 -02.1 is supplemented with the following: Removal of Structures and Obstructions The Contractor shall remove and dispose of all items shown on the site preparation plans and other minor items necessary to complete the work. The following partial list of items to be removed and disposed of is provided for the convenience of the contractor. The contractor shall review the plans, specifications, and project site to verify other items to be removed. Items to be removed include, but is not limited to, the following: Existing walls, chainlink fence, extruded curb, property sign, parking curb stops, catch basin. Existing block walls and chainlink fencing shall be salvaged to the City. Removal of pavements, curbs, sidewalks, concrete and approaches are included in the "Roadway Excavation Incl. Haul" bid item. 2 -02.3 Construction Requirements 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (City of Federal Way) Section 2- 02.3(3) is supplemented with the following: Prior to removal of pavement, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. Removal of pavement, curbs, gutters, and sidewalks within the entire project limits shall be measured and paid as "Roadway Excavation incl. Haul" in accordance with Section 2 -03. 2- 02.3(4) Removal of Drainage Structures (City of Federal Way) Section 2- 02.3(4) is a new section: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove existing catch basins, manholes, pipes, and other drainage features in accordance with Section 2 -02 of the Standard Specifications. Removal shall be City of Federal Way 21st Ave S Pedestrian Improvements SP -73 RFB #17 -004 Mar 2017 conducted in such a manner as to prevent damage to surrounding facilities including any existing storm sewers, sanitary sewers, electrical conduits or other facilities to remain. All remaining facilities including but not limited to storm sewers, sanitary sewers, monuments, valves, vaults, and electrical conduits damaged due to the Contractor's operations shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Catch basins, manholes, and other drainage structures designated for removal, including all debris, shall be completely removed. All removed catch basins, manholes, and other drainage structures shall become the property of the Contractor and shall be disposed of in accordance with Section 2 -02 of the Standard Specifications. All undamaged frames, grates, and solid covers in a re- useable condition shall become the property of the City of Federal Way and shall be delivered to a location specified by the Engineer. Sawcutting (full depth) of existing asphalt concrete pavement and cement concrete curb and gutter surrounding the structure required for removal will be considered incidental to the removal of the catch basin, manhole, or other drainage structures. Sawcuts shall be in accordance with Section 2 -02 of these Special Provisions. Backfilling of catch basins, manholes, pipes and other drainage structures to be removed and replaced shall not be performed until the new structure is installed and shall be in accordance with Section 7 -05. Backfilling of a structure to be replaced shall be considered incidental to the construction and installation of the new catch basin, manhole, or other drainage structure. Backfilling of catch basins, manholes, pipes and other drainage structures to be completely removed shall be performed using gravel borrow paid in accordance with the Bid Schedule. Prior to backfilling any voids, the Contractor shall remove pipe as noted in the plans. Pipe shown to be abandoned or ordered by the Engineer to be abandoned shall be filled with CDF in accordance with Section 2- 09.3(1)E of the Standard Specifications. Material, labor, tools, and equipment necessary to remove and /or fill any abandoned pipe shall be paid in accordance with the Bid Schedule. The Contractor shall maintain existing drainage, where designated by the Engineer, until the new drainage system is completely installed and functioning. 2- 02.3(5) Adjust Existing Utility to Grade (City of Federal Way) 2- 02.3(5) is a new section: As shown on the Plans, existing utilities such as monuments, manholes, catch basin frames and grates, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall, prior to the beginning of any work, familiarize himself with the existing utility locations. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provided for in the Special Provisions and City of Federal Way 21st Ave S Pedestrian Improvements SP -74 RFB #17 -004 Mar 2017 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 the Drawings and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete inlets, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. The manholes, catch basins, monument cases, meter boxes, and valve boxes shall be adjusted to grade in accordance with Section 1- 05.3(1). Final restoration of finished grade surfaces shall be performed in the following manner: 1. Within a Gravel Surface: Provide a 6- inch -deep and 6- inch -wide concrete collar installed and restored with 3 inches of crushed surfacing top course. 2. Within a Grass Surface: Provide crushed surfacing top course backfill and 3 inches of Topsoil Type A, and seed. 3. Within an Asphalt Cement Concrete Paved Surface: See detail provided in Section 7- 05.3(1). 2 -02.4 Vacant (City of Federal Way) Section 2 -02.4 Vacant shall be deleted and replaced with the following: 2 -02.4 Measurement "Removal of Structures and Obstructions" is measured on a lump sum basis. 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. "Sawcuttinq" shall be measured by the linear foot for pavement removal. Sawcutting necessary for utility and stormwater installation are incidental to the measurement and payment of those contract items. 2 -02.5 Payment (City of Federal Way) 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 ", per lump sum. City of Federal Way 21st Ave S Pedestrian Improvements SP -75 RFB #17 -004 Mar 2017 "Sawcuttinq ", per linear foot. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.2 Pavement Removal (City of Federal Way) Section 2 -03.2 is replaced with the following: Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, Portland cement concrete pavement, sidewalks and curbs. Prior to removal, the Contractor shall make a full -depth sawcut to delineate the areas of pavement removal from those areas of pavement to remain. The Engineer shall approve the equipment and procedures used to make the full -depth sawcut. No wastewater from the sawcutting operation shall be released directly to any stream or storm sewer system. The removed pavement shall become the property of the Contractor and shall be removed from the project. Damage caused to portions of the pavement to remain, due to the Contractor's operation, shall be repaired by the Contractor at the Contractor's expense and to the satisfaction of the Engineer. Removal of pavement, sidewalks, curbs, and gutters throughout the project shall be measured and paid as "Roadway Excavation Incl. Haul" and no additional payment will be made. 2 -02.3 Construction Requirements Section 2- 03.3(10) Selected Material (City of Federal Way) Section 2- 03.3(10) is supplemented with the following: Selected Material when specified or required by the Engineer for use on the project shall meet the requirements of specified in Section 9- 03.14(3) for Common Borrow. Section 2- 03.3(14)C Compacting Earth Embankments (City of Federal Way) Change this section as follows under heading "Moisture Content" : The moisture content shall not vary more than 1 percent wet to 3 percent dry of optimum as determined by the tests described in Section 2- 03.3(14)D. All compaction shall be per Method C of the Standard Specifications. Section 2- 03.3(14)D Compaction and Moisture Control Tests (City of Federal Way) Change this section as follows under heading item 1. : Materials with less than 30 percent by weight retained on the U.S. No. 4 sieve shall be determined using FOP for AASHTO T180, Method D. Section 2- 03.3(14)E Unsuitable Foundation Excavation (City of Federal Way) Section 2- 03.3(14)E is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -76 RFB #17 -004 Mar 2017 All embankments shall be founded on dense, non - yielding granular foundation soil as approved by the engineer. Remove all organic materials and debris, trash, and all other deleterious material prior to beginning construction of new embankments. Proof roll the foundation to verify dense non - yielding conditions. Unsuitable foundation encountered during structure excavation shall be considered incidental to "Roadway Excavation, Incl. Haul." Section 2- 03.3(14)6 Backfillinq (City of Federal Way) Section 2- 03.3(14)G is supplemented with the following: Remove all water and non - compatible materials from excavations prior to backfilling or attempting to compact embankment soil. Place native soils or provide import Gravel Borrow as required to complete the work. Backfill all embankments in accordance with 2- 03.3(14)C, Compacting Earth Embankments, Method C. 2 -03.4 Measurement (March 13, 1995 WSDOT GSP) Section 2 -03.4 is supplemented with the following: Only one determination of the original ground elevation will be made on this project. Measurement for roadway excavation and embankment will be based on the original ground elevations recorded previous to the award of this contract. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. Earthwork quantities will be computed, either manually or by means of electronic data processing equipment, by use of the average end area method or by the finite element analysis method utilizing digital terrain modeling techniques. Copies of the ground cross - section notes will be available for the bidder's inspection, before the opening of bids, at the Project Engineer's office and at the Region office. Upon award of the contract, copies of the original ground cross - sections will be furnished to the successful bidder on request to the Project Engineer. (City of Federal Way) "Roadway Excavation, Incl. Haul" is measured per cubic yard. If the Contractor excavates outside these limits or performs extra excavation, it shall be considered for the Contractor's benefit and shall be included in the cost of other Bid Items. 2 -03.5 Payment (City of Federal Way) Section 2 -03.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Roadway Excavation Incl. Haul"; per cubic yard. City of Federal Way 21st Ave S Pedestrian Improvements SP -77 RFB #17 -004 Mar 2017 (March 13, 1995 WSDOT GSP) Section 2 -03.5 is supplemented with the following: All costs in connection with the preparation of waste sites and waste deposits shall be included in the Mobilization. 2 -07 WATERING 2 -07.5 Payment (City of Federal Way) 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 -09.3 Construction Requirements 2- 09.3(1)E Backfillinq (City of Federal Way) The first paragraph of Section 2- 09.3(1) is replaced with the following: Backfill for Structure Excavation Class B shall be "Gravel Borrow for Trench Backfill Inc. Haul." Backfill subsequent to the removal of structures and obstructions shall be "Gravel Borrow for Trench Backfill Incl. Haul." Native material may be used for backfill with approval of the Engineer. Backfill materials shall be incidental to the various items in the Contract and no additional payment will be made. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 2 SP -78 RFB #17 -004 Mar 2017 DIVISION 3 AGGREGATE PRODUCTION AND ACCEPTANCE 3 -01 PRODUCTION FROM QUARRY AND PIT SITES 3 -01.2 Material Sources, General Requirements (March 13, 1995 WSDOT GSP) Section 3 -01.2 is supplemented with the following: Permits for Pit Operations in King County The Contractor is advised that King County may require the Contractor to meet any or all of the following listed conditions before considering issuance of a temporary permit for pit operations within King County: 1. Security fences and locking gates shall be installed where deemed necessary by the King County Department of Building. Cable or wire gates are not acceptable. 2. Hours of operation shall be limited to: 7:00 a.m. to 7:00 p.m. 3. Access roads shall be improved and maintained to the satisfaction of the King County Department of Public Works. A haul road agreement for County road maintenance may be required. All roads shall be swept, washed, or both, by the Contractor at the Contractor's expense as often as the Department of Building deems necessary. Property shall have functional access to an arterial level street. 4. All operations will have to be approved by King County Flood Control for drainage plans, Washington State Department of Ecology, and Puget Sound Air Pollution Control Authority. Those properties near or adjacent to any water body shall have written approval from the State of Washington Department of Fish and Wildlife. The Contractor shall obtain a mining reclamation permit from the State of Washington Department of Natural Resources for sites of over three acres in size of disturbed land or resulting in pit walls more than thirty feet high and steeper than one to one slope. 5. No stockpiling of foreign excavated material is permitted on the site except for those materials to be used in the land rehabilitation of the subject property. 6. No signs other than signs required by Chapter 24.42, King County Zoning Code are authorized as a result of the temporary permit. 7. Plans required: a. Scale of Plot Plans Site Size: less than 10 acres 10 to 100 acres over 100 acres 1 inch = 50 feet 1 inch = 100 feet 1 inch = 200 feet b. Contours Show existing and proposed contours at 5 -foot intervals. If existing and proposed contours are superimposed upon one another it must be clear as to City of Federal Way 21st Ave S Pedestrian Improvements SP -79 RFB #17 -004 Mar 2017 which is which. Plans which incorporate a screening process may be required by the County to distinguish said contours. Finished contours must show how the property can be used under the existing zoning. Plans showing daylighting of property to road grade or below with high 2:1 slope walls will no longer be permitted within the R, S, or G zones. The plans must contain large terraces which will permit the lot sizes and roads that are permitted within the zone. c. Sections Show a minimum of two sections in each direction. d. Maximum Slope Cuts shall not be steeper in slope than two horizontal to one vertical unless the owner furnishes a soils engineering or an engineering geology report certifying that the site has been investigated and indicating that the proposed deviation will not endanger any private property or result in the deposition of debris on any public way or interfere with any existing drainage course. e. Fill Slopes No fill shall be made which creates an exposed surface steeper in slope than two horizontal to one vertical. f. Benches on Slopes There shall be a 10 foot wide bench sloped into the hillside for every 50 feet in height. g. Setbacks Material and vegetation shall be left in its natural state: 50 feet from any FP, A, G, S, or R zoned property; 20 foot setback which includes a 6 foot high planted berm along any public right -of -way; 20 feet from M, B, or CG zoned property; 10 feet from QM or FR zoned property. Plans shall show type of vegetation existing within the buffer zones. h. Drainage All drainage facilities shall be designed to carry surface waters to the nearest practical street, storm drain, or natural water - course. Adequate provision shall be made to prevent any surface waters from damaging the face of an excavation or fill. All slopes shall be protected from surface water runoff from above by berms or swales. The Contractor is further advised that King County may require conditions which are in addition to the foregoing list and that the County may reject permit applications at its discretion because of the proposed operations proximity to schools, residential neighborhoods, hospitals, arterials, or for other environmental conditions. City of Federal Way 21st Ave S Pedestrian Improvements SP -80 RFB #17 -004 Mar 2017 When there are discrepancies between the requirements of the State and the County the more stringent specifications shall apply. Should the Contractor fail to comply with any requirements of a temporary permit obtained in the Contracting Agency's name, the Contracting Agency will take the necessary action to meet these requirements and any costs incurred by the Contracting Agency will be deducted from monies due or to become due the Contractor. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 3 SP -81 RFB #17 -004 Mar 2017 DIVISION 4 BASES 4 -04 BALLAST AND CRUSHED SURFACING 4 -04.1 Description (City of Federal Way) Section 4 -04.1 is supplemented with the following: Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, driveways, and pavement, at existing driveways to provide temporary access, or for any other purposes deemed necessary by the Engineer. 4 -04.3 Construction Requirements 4- 04.3(4) Placing and Spreading (City of Federal Way) Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following: 1. Road Mix Method. The road mix method of mixing surfacing material will not be allowed. 4 -04.4 Measurement (City of Federal Way) Section 4 -04.4 is supplemented with the following: "Crushed Surfacing Top Course" will be measured by the ton. The unit contract price per ton shall also include compacting, and removing and hauling to waste when required by the Engineer. 4 -04.5 Payment (City of Federal Way) Section 4 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Crushed Surfacing Top Course ", per ton. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 4 SP-82 RFB #17 -004 Mar 2017 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT (December 14, 2016 APWA GSP) Delete WSDOT Amended Section 5 -04, Hot Mix Asphalt dated August 1, 2016 and replace it with Section 5 -04, Hot Mix Asphalt as printed in the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition. 5 -04.1 Description (City of Federal Way) Section 5 -04.1 is supplemented with the following: Asphalt concrete pavement shall be used at the following locations on the project: 1. Commercial HMA: For all asphalt concrete construction / reconstruction behind back of sidewalk /driveways where such construction is shown on the plans or as directed by the Engineer. Commercial asphalt will also be used for pavement patching in front of reconstructed curb and gutter. 5 -04.3 Construction Requirements 5- 04.3(1) 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 31st of the following year without written approval from the Engineer. 5- 04.3(3)A Material Transfer Device or Material Transfer Vehicle (April 4, 2016 WSDOT GSP) Section 5- 04.3(3)D is deleted in its entirety. 5- 04.3(5)A Preparation Of Existing Surfaces (City of Federal Way) Section 5- 04.3(5)A is supplemented with the following: In accordance with Section 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan (SPCC), as part of the SPCC the Contractor shall address the mitigating measures to be taken in the event that the paving operation is suspended or terminated prior to the asphalt for tack coat being fully covered. 5- 04.3(7)A Mix Design (City of Federal Way) Section 5- 04.3(7)A is supplemented with the following: The Contractor shall provide the City a mix design for all specified classes of mix and binder type that has been approved by WSDOT within the last 12 months. The mix design(s) shall have met all the requirements of Sections 9- 03.8(2) and 9- 03.8(6). The Contractor shall also provide documentation that the aggregates and binder used are the same as those used to meet the requirements for the WSDOT approved mix design. In no case shall the Contractor begin paving before the City has approved the submitted mix design(s). City of Federal Way 21st Ave S Pedestrian Improvements SP -83 RFB #17 -004 Mar 2017 5- 04.3(7)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: 5- 04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350 -042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9- 03.8(2) and 9- 03.8(6). • Have anti -strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti -strip and aggregate source compatibility from WSDOT lab testing. Anti -strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The proposed mix design indicated on a WSDOT mix design /anti -strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350 -042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L -A -B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. 5- 04.3(8)A1 General (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9- 03.8(7). City of Federal Way 21st Ave S Pedestrian Improvements SP-84 RFB #17 -004 Mar 2017 Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 5- 04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5- 04.3(8)A4 is supplemented with the following: For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed: If test results are found to be within specification requirements, additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. 5- 04.3(8)A5 Test Results (January 16, 2014 APWA GSP) The first paragraph of this section is deleted. 5- 04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for AASHTO T 27/T 11. 5- 04.3(8)B Basis of Acceptance (City of Federal Way) 5- 04.3(8)B is a new section: A. HMA Mix Design. The Contractor - submitted reference mix design will be accepted based on its conformance to the project job mix formula (JMF) provided by the Contractor and laboratory density tests. For the acceptance of a project JMF, the Contractor shall submit to the Engineer a laboratory report stating that the representative samples of the various aggregates and blend sand to be used, along with the gradation data, the various aggregate stockpile averages, the proposed combining ratios, and the average gradation of the completed mix have been verified. 1. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications in for City of Federal Way 21st Ave S Pedestrian Improvements SP -85 RFB #17 -004 Mar 2017 gradation and the design mix asphalt binder content plus or minus 0.5 percent. 2. Adjustments: a. Aggregates. Upon written request from the Contractor, the Project Engineer may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate passing the No. 10 and No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and /or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. b. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder content exceeding 0.3 percent from the initial JMF will be made without approval of the Engineer. B. Hot Mix Asphalt Mixture: 1. Sampling: a. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. No samples shall be taken for daily quantities under 250 tons in a day. b. Samples for compliance of gradation and asphalt binder content will be obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. 2. Test Results. The Contractor will furnish the Engineer with a copy of the results. 3. Test Methods. Acceptance testing for compliance of asphalt binder content will be WSDOT FOP for AASHTO Test Method T308. Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO T27 and T11. 4. Rejection by Contractor: The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material at no expense to the City. Any such new material will be sampled, tested, and evaluated for acceptance. 5- 04.3(10)B Control (City of Federal Way) Delete Section 5- 04.3(10)B in its entirety and replace it with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -86 RFB #17 -004 Mar 2017 For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum of ninety -two percent (92 %) of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than five (5) nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. Cores may be used as an alternate to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of seventy - five and 00 /100 dollars ($75.00) per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (ninety -two percent (92 %) of the maximum density determined by WSDOT Test Method 705). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compactable. HMA constructed under conditions other than listed above shall be compacted on the basis 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. Preleveling mix shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. 5- 04.3(12) Joints (January 5, 2004 WSDOT GSP) Section 5- 04.3(12) is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -87 RFB #17 -004 Mar 2017 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(22) Temporary Asphalt Pavement (City of Federal Way) Section 5- 04.3(22) is a new section: 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. 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. 5 -04.4 Measurement (City of Federal Way) Section 5 -04.4 is supplemented with the following: "Commercial HMA", shall be measured per ton as specified is Section 5 -04.4. 5 -04.5 Payment (City of Federal Way) Section 5 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Commercial HMA", per ton. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 5 SP -88 RFB #17 -004 Mar 2017 DIVISION 6 STRUCTURES 6 -13 STRUCTURAL EARTH WALLS 6 -13.1 Description (City of Federal Way) Section 6 -13.1 is supplemented with the following: The work consists of constructing Modular Block Walls in accordance with the details in the plans. Modular block walls are defined as Structural Earth Walls constructed of standard unit blocks, without geogrid or anchor reinforcing. Construction and installation must conform to the manufacturer's specific requirements. 6 -13.2 Materials (August 3, 2015 WSDOT GSP) Section 6 -13.2 is supplemented with the following: Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6- 13.3(4). 3. Water absorption tests, conforming to Section 6- 13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1- 06.3. 5. Freeze -thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6- 13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28 -day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Morta r Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as approved by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. City of Federal Way 21st Ave S Pedestrian Improvements SP -89 RFB #17 -004 Mar 2017 Geosynthetic Soil Reinforcement Geogrid reinforcement shall conform to Section 9 -33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Tai and Tut as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi -rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross -rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross -rib at any point from a line perpendicular to the longitudinal ribs located at the cross -rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross -rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Approval of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. City of Federal Way 21st Ave S Pedestrian Improvements SP -90 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2 -12.2. The geogrid materials shall not be exposed to temperatures less than —20F and greater than 122F. Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non -woven geosynthetic conforming to the requirements in Section 9 -33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Proprietary Materials Allan Block Wall Wall backfill material placed in the open cells of the precast concrete blocks and placed in the one to three foot zone immediately behind the precast concrete blocks shall be crushed granular material conforming to Section 9- 03.9(3). KeyGrid Wall KeyStone connection pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Landmark Retaining Wall Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the follow Property Value Specification ASTM D 792 Specific Gravity 1.4 minimum Tensile Strength at yield 2,700 psi minimum ASTM D 638 Lock bars shall remain sealed in their shipping containers until placement into the wall. Lock bars exposed to direct sunlight for a period exceeding two months shall not be used for construction of the wall. Mesa Wall Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high - density polypropylene conforming to the following minimum material specifications: Property Polypropylene Fiberglass Content Carbon Black Specific Gravity Tensile Strength at yield Melt Flow Rate City of Federal Way 21st Ave S Pedestrian Improvements Specification ASTM D 4101 Group 1 Class 1 Grade 2 ASTM D 2584 ASTM D 4218 ASTM D 792 ASTM D 638 Value 73 ± 2 percent 25 ± 3 percent 2 percent minimum 1.08 ± 0.04 8,700 ± 1,450 psi ASTM D 1238 0.37 ± 0.16 ounces /10 min. SP -91 RFB #17 -004 Mar 2017 Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high - density polyethylene (HDPE) conforming to the following minimum material specifications: Property HDPE Fiberglass Content Carbon Black Specific Gravity Tensile Strength at yield Melt Flow Rate Specification ASTM D 1248 Type III Class A Grade 5 ASTM D 2584 ASTM D 4218 ASTM D 792 ASTM D 638 Value 68 ± 3 percent 30 ± 3 percent 2 percent minimum 1.16 ± 0.06 8,700 ± 725 psi ASTM D 1238 0.11 ± 0.07 ounces /10 min. (City of Federal Way) Section 6 -13.2 is supplemented with the following: Modular block wall facing shall be straight face standard blocks, 8- inches in height and 12- inches in width, unless otherwise approved by the City. Blocks shall be concrete grey in color. ANTI - GRAFFITI COATING Anti - graffiti coating shall be a non - sacrificial, clear, UV stable, anti - graffiti sealer suitable for vertical and horizontal concrete and rough stone surfaces and shall have the following characteristics: Meet or exceed ASTM D6578 Graffiti test Non - reactive, zero VOC, AQMD, and CARB compliant Allow moisture vapor to escape while not allowing moisture to penetrate UNIT FILL Unit Fill shall consist of clean 1" minus crushed stone meeting the following gradation tested in accordance with ASTM D -422. The percent fracture requirement shall be 75% minimum. The fracture requirement shall be at least one fractured face and will apply to combined aggregate retained on the U.S. No. 4 sieve in accordance with FOP for AASHTO PT 61. Sieve Size Percent Passing 1 inch 100 3/4 inch 75 -100 No. 4 0 — 10 No. 50 0 — 5 A minimum of one (1) cubic foot of Unit Fill shall be used for each square foot of wall face. Unit fill shall be placed within cores of blocks before next layer of blocks is placed, unless otherwise recommended by the block manufacturer. Filling of block cores with unit fill after multiple levels of the wall has been constructed will not be allowed. City of Federal Way 21st Ave S Pedestrian Improvements SP-92 RFB #17 -004 Mar 2017 6 -13.3 Construction Requirements (City of Federal Way) Section 6 -13.3 is supplemented with the following: Modular block wall shall be installed as shown on the plans, with wall heights that may be in excess of six feet in height. Geogrid or anchor reinforcements shall not be used where they would extend outside of the right -of -way or where they would conflict with existing retaining walls (at the north end of the project where the proposed wall ties into the existing wall). The contractor - supplied design shall incorporate a proposed block that will accommodate these design parameters. If an alternate wall system is proposed by the Contractor and accepted by the Engineer, the Contractor shall be responsible for identifying the limits of excavation for the proposed wall substitution. All costs associated with the expanded excavation limits, including but not limited to shoring for maintenance of driveways, roadway, business signs, luminaires, building foundations, backfill of the expanded excavation area, and restoration shall be included in the unit price for Modular Block Wall. Only one style of precast concrete block shall be allowed on the project. Once approved, all precast concrete blocks shall be of the same manufacture and style for all modular block and structural earth walls. Ends of walls shall have finished end /corner blocks or be wrapped back into slope so that unfinished sides of blocks are not visible. Exposed ends of levels at wall steps shall also have finished end /corner blocks. Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. Any alternate wall systems proposed by the Engineer will require written acceptance by the Engineer. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: Geowall Max or Max II Geowall Max and Max II are registered trademarks of Basalite Concrete Products, LLC Basalite Concrete Products 3299 International Way Dupont, WA 98327 (800) 964 -9424 Allan Block Wall Allan Block Wall is a registered trademark of the Allan Block Corporation Allan Block Corporation 7424 W 78th Street Bloomington, MN 55439 (800) 899 -5309 FAX (952) 835 -0013 www.allanblock.com City of Federal Way 21st Ave S Pedestrian Improvements SP -93 RFB #17 -004 Mar 2017 Redi -Rock Positive Connection System Redi -Rock Positive Connection System is a registered trademark of Redi -Rock International, LLC Redi -Rock International, LLC 05481 US 31 South Charlevoix, MI 49720 (866) 222 -8400 FAX (231) 237 -9521 www.redi - rock.com Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 (770) 334 -2090 FAX (678) 281 -8546 www.tensarcorp.com Landmark Retaining Wall System Landmark Retaining Wall System is a registered trademark of Anchor Wall Systems, Inc. Anchor Wall Systems, Inc. 5959 Baker Road, Suite 390 Minnetonka, MN 55345 -5996 (877) 295 -5415 FAX (952) 979 -8454 www.anchorwall.com KeyGrid Wall KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 78th Street Minneapolis, MN 55435 (800) 747 -8971 FAX (952) 897 -3858 www.keystonewalls.com 6- 13.3(2)A Design Calculations Content Requirements (City of Federal Way) Section 6- 13.3(2)A is supplemented with the following: Wall design calculations shall be prepared and submitted to the City prior to approval of the proposed retaining mall materials. Wall design calculations shall be stamped by a licensed engineer before submitting to the City. Calculations shall include standard wall design calculations, but should also address the following special considerations: City of Federal Way 21st Ave S Pedestrian Improvements SP-94 RFB #17 -004 Mar 2017 1) The calculations shall show that the proposed wall block will support loads from the rain garden at Town Square Park (approximately Sta 8 +70 to Sta 9 +70) assuming the rain garden is completely full. 2) Provide a detail for the tie -in of the proposed block wall to the existing concrete retaining wall located on the south side of S 316th Street. Existing wall is to remain. 6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection (April 2, 2012 WSDOT GSI Section 6- 13.3(5) is supplemented with the following: Specific Erection Requirements for Precast Concrete Block Faced Structural Earth Walls Landmark Retaining Wall When placing each course of concrete blocks, the Contractor shall pull the blocks towards the front face of the wall until the male key of the bottom face of the upper block contacts and fits into the female key of the top face of the supporting block below. A maximum gap of 1/8 -inch is allowed between adjacent concrete blocks, except for the base course set of concrete blocks placed on the leveling pad. A maximum gap of 1 -inch is allowed between adjacent base course concrete blocks, provided geosynthetic reinforcement for drains is in place over the gap at the back face of the concrete blocks. Lock bars shall be installed in the female key of the top face of all concrete block courses receiving geogrid reinforcement. Gaps between adjacent lock bars in the key shall not exceed 3- inches. The lock bar shall be installed flat side up, with the angled side to the back of the concrete block, as shown in the shop drawings. Geogrid reinforcement shall be placed and connected to concrete block courses specified to receive soil reinforcement. The leading edge of the geogrid reinforcement shall be maintained within 1 -inch of the front face of the supporting concrete blocks below. Geogrid panels shall be abutted for 100 percent backfill coverage with Tess than a 4 -inch gap between adjacent panels. Backfill shall be placed and compacted level with the top of each course of concrete blocks, and geogrid reinforcement placed and connected to concrete block courses specified to receive soil reinforcement, before the Contractor may continue placing the next course of concrete blocks. Mesa Wall For all concrete block courses receiving geogrid reinforcement, the fingers of the block connectors shall engage the geogrid reinforcement apertures, both in the connector slot in the block, and across the block core. For all concrete block courses with intermittent geogrid coverage, a #3 steel reinforcing bar shall be placed, butt end to butt end, in the top City of Federal Way 21st Ave S Pedestrian Improvements SP -95 RFB #17 -004 Mar 2017 block groove, with the butt ends being placed at a center of a concrete block. 6 -13.4 Measurement (City of Federal Way) Section 6 -13.4 is supplemented with the following: "Modular Block Wall" shall be measured by the square foot of completed wall in place. The vertical limits for measurement are from the top of the base leveling pad to the top of the top course of blocks of the exposed finished face. The horizontal limits for measurement are from the end of wall to the end of wall along the length of the exposed finished face. The unit contract price per square foot for Modular Block Wall shall be full compensation for the complete construction of the retaining wall as shown in the Plans. This includes all other items as may be required to complete the work as specified including but not limited to engineering design, structure excavation, haul, shoring, modular block units, cap units, end /corner units, unit fill, shear connectors, tie - back/geogrid system, base leveling pad, backfill, unit fill, excavation, gravel backfill for drain, non -woven geotextile, and wall drainpipe including cleanout. See Section 2 -09 for shoring requirements. 6 -13.5 Payment (City of Federal Way) Section 6 -13.5 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: "Modular Block Wall", per square foot. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 6 SP -96 RFB #17 -004 Mar 2017 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7- 01.DRAINS 7 -01.1 Description (City of Federal Way) Section 7 -01.1 is supplemented with the following: This work consists of removing and installing catch basins, and connecting wall drains to the storm drainage system. 7 -01.4 Measurement (City of Federal Way) Section 7 -01.4 is supplemented with the following: "Drain Pipe 6 In. Diam." will be measured per linear foot. The unit contract price per linear foot of drain 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: excavation, laying pipe, pipe bedding, imported backfill material (or native material if approved by the engineer), connections to new or existing storm drainage structures, haul and disposal of trench material to be wasted including unsuitable material, cleaning, and testing will not be measured as these items are incidental to the drainage pipe pay item. 7 -01.5 Payment (City of Federal Way) Section 7 -01.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Drain Pipe 6 In. Diam." per linear foot. 7 -04 STORM SEWERS 7 -04.3 Construction Requirements (City of Federal Way) Section 7 -04.3 is supplemented with the following: Pipe Joints: All ductile iron pipe joints shall be unrestrained, rubber gasketed; except connections made between dissimilar existing and new pipe materials shall be made utilizing WSDOT Standard Plan B- 60.20 -00 connection collar. Backfill and Compaction: Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in accordance with Section 2- 03.3(24)C "Method B" of the Standard Specifications. Existing storm sewer facilities: The Contractor shall field verify the location and material type of existing storm sewer facilities. All facilities shown on the plan but not noted for removal shall be protected and remain operational throughout construction. City of Federal Way 21st Ave S Pedestrian Improvements SP -97 RFB #17 -004 Mar 2017 7- 04.3(1) Cleaning and Testing (City of Federal Way) Section 7- 04.3(1) is supplemented with the following: Cleaning and testing of storm sewer pipe shall be in accordance with Section 7- 04.3(1) of the Standard Specifications, except as modified herein: Prior to testing, storm sewers will be visually inspected by the Engineer's representative either by external physical observation before backfilling, by physical observation from inside the pipe, or by video inspection methods, at the discretion of the Engineer. The contractor shall provide all necessary video inspection and /or safety equipment, including mechanical ventilation, as requested by the Engineer, with all related costs to be included in the unit bid price of the related item. Any departures from the best construction practices, such as pipe line misalignment, presence of foreign matter in the pipes or catch basins, poor catch basin construction, etc., shall be corrected by the Contractor at the Contractor's own expense. Testing will not be authorized until such corrections have been made to the satisfaction of the Engineer. Should high groundwater conditions be encountered, the completed storm sewers may be required to be infiltration tested. Infiltration testing shall be utilized only when ordered by the Engineer. 7 -05 MANHOLES, INLETS. CATCH BASINS, AND DRYWELLS 7 -05.1 Description (City of Federal Way) Section 7 -05.1 is supplemented with the following: In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard Drawings." Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -1. Where shown on the plans and as detailed, or as designated by the Engineer, the Contractor shall adjust catch basins to grade, install solid cover and frame on existing catch basin, install round solid cover with conversion riser as required on existing catch basins, and install heavy duty hinged -style manhole frame and lids. All lids and frames shall be locking unless shown as non - locking on plans or directed otherwise by the Engineer. Vaned grates and associated frame (Federal Way Dwgs. 4 -6 and 4 -10) shall be used for all catch basins unless noted in the plans or directed otherwise by the Engineer. Storm drain cleanouts shall be provided for retaining wall drainage and connected to the storm drainage system at the locations specified on the plans. The cleanout configuration and connection shall be per the plan detail. Place anti -seize compound on all locking lid bolts prior to the final project punch list inspection. City of Federal Way 21st Ave S Pedestrian Improvements SP -98 RFB #17 -004 Mar 2017 7 -05.3 Construction Requirements (City of Federal Way) 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. A locking vaned grate and associated frame shall be installed on manholes and catch basins located where they will accept runoff. Bi- directional locking vaned grates shall be installed at all roadway sag locations and at low points along curb returns. (Reference City of Federal Way Standard Drawings No. 4 -10 for standard vaned grate and 4 -6 for standard frame). All structures not receiving surface runoff shall include round solid locking lids; except rectangular solid locking lids shall be used where indicated on the plans or directed by the Engineer. Catch basins shall include conversion risers to accommodate round lids where indicated in the plans or directed by the Engineer. (Reference City of Federal Way Standard Drawing 4 -18 for Conversion Riser). All structures, new or existing, located within the proposed travelled roadway shall utilize round solid locking lids. A standard solid locking manhole cover and associated frame shall be installed on manholes and catch basins where they will not accept concentrated runoff and are not located in the travelled roadway. (Reference City of Federal Way Standard Drawings No. 4 -12 for solid cover and 4 -13 for standard frame.). 7- 05.3(1) Adjusting Manholes, Valve Boxes and Catch Basins to Grade (City of Federal Way) Section 7 -05.3 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 1.5 feet from the outside edge of the cast iron frame of the structure. The base materials and crushed rock shall be removed to the full depth of adjustment plus 2 inches. 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. (Reference City of Federal Way Standard Drawing 3 -55 for Utility Adjustment). The Contractor shall adjust the manholes and catch basins with pre -cast grade rings, and mortar and /or high impact adjustment risers with a maximum 2 -inch thickness where required for heavy -duty frames and covers within the travelled roadway (see Section 7- 05.3(6)). 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -99 RFB #17 -004 Mar 2017 section or top slab, 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 or top slab prior to paving operations. Grade adjustment rings and high impact riser installation shall be inspected by the Engineer prior to frame installation. 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 frames and covers and high - impact risers per Section 7- 05.3(6). Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be filled with Commercial HMA, placed and compacted in maximum 3 -inch lifts, to match the adjacent pavement surface. The joint between the patch and existing pavement shall then be painted with asphalt for tack coat and immediately covered with dry paving sand before the asphalt for tack coat solidifies. 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 (City of Federal Way) Section 7- 05.3(3) is supplemented with the following: The requirements of this section shall also apply to connections to existing catch basins. 7- 05.3(5) Connections to Existing Pipe (City of Federal Way) Section 7- 05.3(5) is supplemented with the following: The contractor shall connect (or reconnect) existing pipes to new manholes or catch basins without obstructing flow from upstream locations. 7 -05.4 Measurement (City of Federal Way) Section 7 -05.4 is supplemented with the following: "Catch Basin Type 1" will be measured per each. The unit contract price 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, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, imported backfill, compaction, surface restoration, testing, and furnishing and placing of all accessories conversion risers, temporary patching hot mix to allow for the passage of traffic, and other items as applicable. Frames and grates or rings and covers, grade rings and adjustment risers including conversion risers shall be considered incidental to this bid item and will not be measured for separate payment. City of Federal Way 21st Ave S Pedestrian Improvements SP -100 RFB #17 -004 Mar 2017 7 -05.5 Payment (City of federal Way) Section 7 -05.5 is supplemented with the following: "Catch Basin Type 1", per each. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 7 SP -101 RFB #17 -004 Mar 2017 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8.01.3 (1) General (City of Federal Way) The first through eighth paragraphs of 8- 01.3(1) are deleted and replaced with the following: The Contractor shall install a high visibility fence along the right -of -way lines shown in the Plans or as instructed by the Engineer. Throughout the life of the project, the Contractor shall preserve and protect the delineated area, acting immediately to repair or restore any fencing damaged or removed. Controlling pollution, erosion, runoff, and related damage requires the Contractor to perform temporary Work items including but not limited to: a. Providing ditches, berms, culverts, and other measures to control surface water. b. Building dams, settling basins, energy dissipaters, and other measures, to control downstream flows. c. Controlling underground water found during construction. d. Covering or otherwise protecting slopes until permanent erosion - control measures are working. To the degree possible, the Contractor shall coordinate this temporary Work with permanent drainage and erosion control Work the Contract requires. All sediment control devices including, but not limited to, sediment ponds, perimeter silt fencing, or other sediment trapping BMPs shall be installed prior to any ground disturbing activity. Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose more erodible earth than as listed below: Western Washington (West of the Cascade Mountain Crest) Eastern Washington (East of the Cascade Mountain Crest) May 1 through September 30 17 Acres April 1 through October 31 17 Acres October 1 through April 30 5 Acres November 1 through March 31 5 Acres City of Federal Way 21st Ave S Pedestrian Improvements SP -102 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8- 01.3(1)A Submittals (City of Federal Way) Section 8- 01.3(1)A is revised to read: A Stormwater Pollution Prevention Plan (SWPPP) shall be prepared by the Contractor and submitted for approval to the Engineer. The plan shall consist of the Contractor's complete strategy to meet the requirements of the Department of Ecology's NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare review and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor's SWPPP shall meet the requirements of the general permit. The Contractor's modifications to the SWPPP shall also incorporate the content and requirements for the Spill Prevention, Control and Countermeasures (SPCC) Plan in accordance with Section 1- 07.15(1). The SWPPP shall document all the erosion and sediment control Best Management Practices (BMPs) proposed, whether permanent or temporary. The plan shall document installation procedures, materials, scheduling, and maintenance procedures for each erosion and sediment control BMP. The Contractor shall submit the SWPPP for the Engineer's approval before any work begins. The Contractor shall allow at least five working days for the Engineer's review of the initial SWPPP or any revisions to the modified SWPPP. Failure to approve all or part of any such plan shall not make the Contracting Agency liable to the Contractor for any work delays. The Contractor may not begin work without an approved Contractor's SWPPP. The Contractor shall complete and modify the SWPPP to meet the Contractor's schedule and method of construction. All TESC Plans shall meet the requirements of the current edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be adapted as needed throughout construction based on site inspections and discharge samples to maintain compliance with the CSWGP. The Contractor shall develop a schedule for implementation of the SWPPP work and incorporate it into the Contractor's progress schedule. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer's review and approval. As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control City of Federal Way 21st Ave S Pedestrian Improvements SP -103 RFB #17 -004 Mar 2017 A schedule for phased installation and removal of the proposed BMPs, including: A. BMPs that will be installed at the beginning of project startup. B. BMPs that will be installed at the beginning of each construction season. C. BMPs that will be installed at the end of each construction season. D. BMPs that will be removed at the end of each construction season. E. BMPs that will be removed upon completion of the project. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http: / /www.ecy.wa.gov /programs /wq /stormwater /construction/ Turbidity and pH Exceedances Following any exceedances of the turbidity or pH benchmarks, the Contractor shall provide the following at no additional cost to the Contracting agency: 1. The necessary SWPPP revisions and on -site measures /revisions including additional source control, BMP maintenance, and /or additional stormwater treatment BMPs that are necessary to prevent continued exceedance of turbidly and /or pH benchmarks. 2. The regulatory notification to the Dept. of Ecology and to the Engineer of any monitoring results requiring regulatory notification. 3. The additional daily sampling and reporting measures described in the General Permit to verify when project site runoff is in compliance. 8- 01.3(2) Seeding, Fertilizing, and Mulching 8- 01.3(2)B Seeding and Fertilizing (January 3, 2006 WSDOT GSP) Section 8- 01.3(2)B is supplemented with the following: Grass seed shall be a commercially prepared mix, made up of low growing species which will grow without irrigation at the project location, and approved by the Engineer. The application rate shall be two pounds per 1000 square feet. 8 -01.4 Measurement (City of Federal Way) Section 8 -01.4 is supplemented as follows: "Inlet protection" will be measured for each initial installation at a drainage structure. "Erosion Control and Water Pollution Prevention" is included as a lump sum item, so there will be no measurement of unit or force account items for work defined in Section 8 -01 City of Federal Way 21st Ave S Pedestrian Improvements SP -104 RFB #17 -004 Mar 2017 1 1 8 -01.5 Payment (City of Federal Way) 1 Section 8-01.5 is supplemented with the following: ` Inlet Protection", per each 1 "Erosion /Water Pollution Control', per lump sum 8 -02 ROADSIDE RESTORATION 1 8 -02.1 Description (City of Federal Way) 1 The first paragraph of Section 8 -02.1 is revised to read: This work shall consist of furnishing and placing topsoil, seeding, mulch, trees and roadside planting in accordance with these Specifications and as shown in the Plans or I as directed by the Engineer. This work also includes furnishing and installing root barriers and tree grates. 1 All plant materials required by the Bid Documents shall be plant species including plant establishment (PSIPE) per the Standard Specifications. I8 -02.2 Materials I (City of Federal Wav) The first paragraph of Section 8 -02.2 is revised to read: Cast Iron Tree Grate: The Contractor shall provide 4 -foot x 6 -foot Kiva tree grates as I indicated in the City Standard details, and as manufactured by Urban Accessories, Tacoma, WA, (877) 487 -0488, or approved equal. 1 Root Barrier: 18 -inch high, minimum thickness 0.090 -inch, interlocking root barrier panels constructed of high- impact polypropylene with 1/2 -inch reinforcing tabs. 8 -02.3 Construction Requirements I 8- 02.3(1) Responsibility During Construction I (City of Federal Way) Section 8- 02.3(1) is supplemented with the following: Landscape construction is anticipated to begin after all curbs, sidewalks, walls, I and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape Imaterials may be delayed. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, Iresulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing City of Federal Way RFB #17 -004 I 21st Ave S Pedestrian Improvements Mar 2017 SP -105 will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8- 02.3(4) Topsoil (City of Federal Way) Section 8- 02.3(4) is supplemented with the following: Topsoil Type A shall conform to Section 9- 14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. 8- 02.3(5) Planting Area Preparation (City of Federal Way) Section 8- 02.3(5) is supplemented with the following: Thoroughly scarify subgrade in tree, and seeded lawn areas to a minimum depth of six - inches (6 ") except within critical root zones of existing trees to remain, as noted on plans. Scarified subgrade shall be inspected and approved by the Engineer prior to the placement of topsoil. Remove all construction debris and rocks over two- inches (2 ") in diameter prior to placing topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of the subgrade, Topsoil A shall be installed to a minimum depth of 4 inches lightly compacted depth in all seeded areas, unless otherwise noted on plans. Lightly compact soil and establish a smooth and uniform finished grade to allow to surface drainage and prevents ponding. The areas shall be brought to a uniform grade, 1 inch, or the specified depth of mulch, below walks, curbs, junction and valve boxes, and driveways, unless otherwise specified. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8- 02.3(8) Planting (City of Federal Way) Section 8- 02.3(8) is supplemented with the following: All Topsoil Type A required to pit plant trees and bark mulch for topdressing, as specified on the plans, shall be considered incidental to and included in the unit contract price of the trees. Use loosened and replaced compacted mineral native soil without organics under tree rootball. Use topsoil on sides of tree rootball only. Use full depth topsoil for shrubs. City of Federal Way 21st Ave S Pedestrian Improvements SP -106 RFB #17 -004 Mar 2017 Trees shall be handled by the rootball, not by the trunk. Burlap and wire shall remain intact until trees are set in their final positions within each planting pit. Plant trees and shrubs upright and rotate in order to give the best appearance or relationship to adjacent plants, topography, and structures. Hold plant rigidly in position until topsoil has been backfilled and water settled free of voids and air pockets and tamped firmly around the ball or roots. When the pit is backfilled halfway, place the specified quantity of fertilizer plant tablets and stakes as shown on the Plans. Evenly space the fertilizer tablets around the perimeter of, and immediately adjacent to the root system. Carefully place water and compact planting topsoil, filling all voids. Tree root crowns to be 1" higher than finished grade to allow for settlement. When the planting pit is three quarters backfilled, fill with water and allow water to soak away. Fill the pits with additional topsoil to finish grade and continue backfilling as detailed on the Plans. Water trees immediately after planting. The contractor shall apply 3 inches of pea gravel flush with bottom of tree grates in tree wells per City Standard Detail 3 -31. 8- 02.3(10) Fertilizer (City of Federal Way) Section 8- 02.3(10) is supplemented with the following: All fertilizers shall be furnished in standard unopened containers with weight, name of plant nutrients and manufacturer's guaranteed statement of analysis clearly marked, in accordance with State and Federal law. Seeded areas, trees, and shrubs shall be fertilized at a rate according to fertilizer manufacturer's recommendations. 8- 02.3(13) Plant Establishment (City of Federal Way) Section 8- 02.3(13) is supplemented with the following: Plant establishment shall consist of insuring resumption and continued growth of all planted materials including trees, shrubs, ground cover, and seeded areas for a period of one (1) year. This shall include, but is not limited to, labor and materials necessary or removal and replacement of any rejected plant material planted under this contract. 8 -02.4 Measurement (City of Federal Wav) Section 8 -02.4 is supplemented with the following: Measurement will be made in accordance with Section 1 -04.1 for the following bid items: "Tree Grate ", including frame, anchors, and pea gravel mulch, will be measured per each. City of Federal Way 21st Ave S Pedestrian Improvements SP -107 RFB #17 -004 Mar 2017 "PSIPE, Pyrus Calleryana var. ' Capital" or 'Redspire; 2 -1/2" Cal" shall be measured per each. The unit contract price per each shall also include all fertilizer, tree stakes, and establishment as shown in the plans and called for in the specifications. "PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container" shall be measured per each. The unit contract price per each shall also include all fertilizer and establishment as shown in the plans and called for in the specifications. "Root Barrier" will be measured per linear foot. "Bark Mulch" shall be measured by the cubic yard in the haul conveyance at the point of delivery and shall be full pay for furnishing and spreading the mulch onto the soil. "Seeded Lawn" will be computed in square yards of actual lawn completed, established, and accepted. The unit contract price will also include all topsoil, preparation, fertilizer, establishment, and mowing as called for in the specifications. "Property Restoration" will be paid by force account and must be approved by the engineer prior to completing the work. Fertilizer and topsoil shall be incidental to other bid items. 8 -02.5 Payment (City of Federal Way) Section 8 -02.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Tree Grate", per each. "PSIPE, Pyrus Calleryana var. ' Capital" or 'Redspire; 2 -1/2" Cal" per each. "PSIPE, Prunus Laurocerasus (Otto Luyken Laurel), 5 Gal. Container", per each. "Root Barrier" per linear foot. "Bark Mulch" per cubic yard. "Seeded Lawn" per square yard. "Property Restoration" per force account. 8 -03 IRRIGATION SYSTEMS 8 -03.1 Description (City of Federal Way) Section 8 -03.1 is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -108 RFB #17 -004 Mar 2017 The work shall consist of installing a fully functioning and complete landscape irrigation system. Some private irrigation systems exist within the project limits which may be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary per Engineer directed force accounts to ensure satisfactory operation upon completion of the improvements. 8 -03.2 Materials (City of Federal Way) Section 8 -03.2 is supplemented with the following: The materials for the irrigation system, where applicable, shall conform with the following manufacturers in order to be compatible with other systems located throughout the City. Rainbird 1804 sprinkler bodies and MPR spray nozzles Rainbird PEB Automatic Control Valve Rainbird ESPLXBASIC Controller and Cabinet Buckner Quick Coupling Valve Febco 850 Double Check Valve Legend Bronze Valve Superior 3100 Master Control Valve 8 -03.3 Construction Requirements (City of Federal Way) Section 8 -03.3 is supplemented with the following: All work shall be in strict conformance with the Lakehaven Utility District Water System and Sewer Standards, together with the plans, details and manufacturer's written information regarding recommended installation procedures. References to the use of galvanized pipe in the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. Install controllers, two(2) station, per group of automatic control valves location as shown on Plans and as specified in these Special Provisions Section 9 -15.3 Automatic Controllers. Supply one hand held programmer for system. Private sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to remove the encroachment and to ensure satisfactory operation of the remaining system. The Contractor shall ensure that existing private systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Private irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. City of Federal Way 21st Ave S Pedestrian Improvements SP -109 RFB #17 -004 Mar 2017 8- 03.3(1) Layout of Irrigation System (City of Federal Way) Section 8- 03.3(1) is supplemented with the following: A Contractor - designed plan of the proposed irrigation system shall be submitted to the City for approval prior to completing the work. 8- 03.3(7) Flushing and Testing (City of Federal Way) Section 8- 03.3(7) is supplemented with the following: The Contractor shall pretest and prove functional then advise the Engineer at least 48 hours before pressure and coverage tests are to be conducted and shall have the approval of the Engineer before backfilling. Mainlines shall be tested at 140 PSI and PVC lateral lines at 50 PSI. Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a sprinkler head water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. 8 -03.4 Measurement (City of Federal Way) Section 8 -03.4 is supplemented with the following: "Automatic Irrigation System, Complete" will be measured by lump sum for the design and installation of the new irrigation system within the City's right -of -way outlined in the contract documents, complete and in full operating condition. The lump sum price shall be full compensation for furnishing all labor, materials, tools, electrical services connection costs, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system shown in the Plans or as directed by the Engineer. All costs for furnishing and installing controller, pads, enclosures, conduit, wiring, irrigation controller, all control wiring, backflow preventer, vault enclosures, valves, piping, and all other required components for a fully functional system where indicated and as detailed in the Plans and all costs of inspections and tests performed on Cross Connection Control shall be considered incidental to and included in the unit contract price for Automatic Irrigation System. 8 -03.5 Payment (City of Federal Way) Section 8 -03.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Automatic Irrigation System Complete ", per lump sum City of Federal Way 21st Ave S Pedestrian Improvements SP -110 RFB #17 -004 Mar 2017 8 -04 CURBS. GUTTERS, AND SPILLWAYS 8 -04.1 Description (City of Federal Way) Section 8 -04.1 is supplemented with the following: This work shall also consist of constructing cement concrete curbs in accordance with these Specifications and in conformity with the dimensions and cross - sections shown in the Plans and to the lines and grades as staked. 8 -04.3 Construction Requirements (City of Federal Way) Section 8 -04.3 is supplemented with the following: The sub -base for curb and gutter sections shall be compacted to 95 percent density at or below optimum moisture content, as per Section 2- 03.3(14)D revised, before placing the curb and gutter. White - pigmented curing compounds will not be allowed. The top of the finished concrete shall not deviate more than one - eighth (1/8 ") in ten feet (10') or the alignment one - fourth (1/4 ") in ten feet (10'). Where shown on the Plans, the concrete curb will be ramped for wheel chairs as shown in the City Standard Plan Details. Where shown on the plans, the Contractor shall paint the curbs with 2 -coats of yellow paint. Paint and application shall conform to the Standard Specifications for traffic paint striping. 8 -04.4 Measurement (City of Federal Way) Section 8 -04.4 is supplemented with the following: "Extruded Curb, Type 6" shall be measured by the linear foot along the line and slope of the completed curb. Replacement of existing Cement Concrete Curb and Gutter shall be incidental to the other work in this contract. Pedestrian curbing associated with ADA ramps shall be incidental to the "Cement Conc. Curb Ramp" bid item. Painting of curbs will not be measured and is considered incidental to the unit price of the type of curb. 8 -04.5 Payment (City of Federal Way) 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: "Extruded Curb, Type 6"; per linear foot. City of Federal Way 21st Ave S Pedestrian Improvements SP -111 RFB #17 -004 Mar 2017 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.2 Materials (City of Federal Way) Section 8 -06.2 is supplemented with the following: Driveway entrances shall be constructed with Class 4000 concrete. 8 -06.3 Construction Requirements (City of Federal Way) Section 8 -06.3 is supplemented with the following: Section 1 -07 of these Special Provisions describes the restrictions for 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. 8-06.4 Measurement (City of Federal Way) Section 8 -06.4 is supplemented with the following: "Cement Conc. Driveway" will be measured by the square yard of finished surface. Replacement of any adjacent curb and gutter is incidental to this bid item. 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." Any additional costs to use such mix shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment will be made. If the Contractor chooses to use crushed rock to maintain a driveway surface, it shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be made. Replacement of curb and gutter associated with the driveway entrances shall be incidental to the bid item for "Cement Conc. Driveway" and no additional payment shall be made. 8 -06.5 Payment (City of Federal Way) 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. Driveway" per square yard. 8 -12 CHAIN LINK FENCE AND WIRE FENCE City of Federal Way 21st Ave S Pedestrian Improvements SP -112 RFB #17 -004 Mar 2017 8 -12.2 Materials (August 3, 2009 WSDOT GSP) Section 8 -12.2 is supplemented with the following: 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 * ** 37038 * * *, 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 (City of Federal Way) Section 8 -12.4 is supplemented with the following: "Black Vinyl Coated Chain Link Fence" shall be measured per linear foot. The unit contract price per linear foot for "Black Vinyl Coated Chain Link Fence" 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. 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. Top rail and bottom rail for chain link fence are incidental to the lineal foot measurement of the fence. There will be no separate measurement. 8 -12.5 Payment (City of Federal Way) Section 8 -12.5 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: "Black Vinyl Coated Chain Link Fence"; per linear foot. 8 -14 CEMENT CONCRETE SIDEWALKS 8 -14.2 Materials (City of Federal Way) Section 8 -14.2 is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -113 RFB #17 -004 Mar 2017 The Cement Concrete Sidewalk and curb ramps shall be constructed in accordance with Section 8 -14 of the Standard Specifications using air - entrained Class 3000 concrete except as hereinafter amended. 8 -14.3 Construction Requirements (City of Federal Way) Section 8 -14.3 is supplemented with the following : Cement concrete sidewalk thickness shall be as shown on the Plans. Score joints shall be constructed at a maximum distance of 5 feet from each full depth expansion joint, except where specific dimensions are detailed on the Plans. Asphalt mastic joint fillers in the sidewalk shall be 3/8" x 4" and of the same material as that used in the curb, and shall be placed in the same location as that in the curb. No concrete for sidewalk shall be poured against dry forms or dry subgrade. The Contractor may provide suitable vibrating finishers for use in finishing concrete sidewalks. The type of vibrator and its method of use shall be subject to the approval of the City. All completed work shall be so barricaded as to prevent damage. Any damaged sections shall be removed and replaced at the Contractor's expense. Landscaped areas disturbed during construction shall be restored to original condition at the Contractor's expense. Scored Cement Concrete Sidewalk shall be broom finished and scored as detailed on the Plans. (April 4, 2011 WSDOT GSF Section 8 -14.3 is supplemented with the following : 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 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces City of Federal Way 21st Ave S Pedestrian Improvements SP -114 RFB #17 -004 Mar 2017 8 -14.4 Measurement (City of Federal Way) Section 8 -14.4 is supplemented with the following: "Cement Conc. Sidewalk" will be measured square yard of finished surface and will not include the surface area of the curb ramps or driveway approaches. "Cement Conc. Curb Ramp" will be measured per each for the complete curb ramp installed, regardless of type, including landing, any adjacent curbs including pedestrian curb, curb and gutter, and the furnishing and installation of the detectable warning surface. "Thickened Edge Sidewalk" will be measured per linear foot. Payment for "Thickened Edge Sidewalk" will be made in addition to any payment per square yard for "Cement Conc. Sidewalk." 8 -14.5 Payment (City of Federal Way) 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. "Cement Conc. Curb Ramp" per each. "Thickened Edge Sidewalk" per linear foot. 8-20. ILLUMINATION, TRAFFIC SIGNAL SYSTEMS. ELECTRICAL 8 -20.1 Description (December 12, 2012 City of Federal Way) Section 8 -20.1 is replaced with the following: Work includes furnishing and installing all materials necessary to provide: 1. A fully functional decorative street light illumination system on the west side of 21st Ave S from S 320th St to S 316th St. 2. A fully functional festival electrical outlet system on the west side of 21st Ave S from S 320th St to S 316th St. 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. Junction boxes 2. Conduit and wire 3. Luminaires 4. Illumination poles and bases 5. Electrical service, enclosures, connections, and bases City of Federal Way 21st Ave S Pedestrian Improvements SP -115 RFB #17 -004 Mar 2017 8- 20.1(1) Regulations and Code (March 13, 2012 City of Federal Way) Section 8- 20.1(1) is supplemented with the following: 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 City of Federal Way) 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- 20.1(3) Electrical Permits (City of Federal Way) The following is a new section: The Contractor shall be responsible for obtaining all required electrical permits, including all required City electrical permits. All costs to obtain and comply with electrical permits shall be included in the applicable bid items for the work involved. 8 -20.2 Materials Section 8 -20.2 is supplemented with the following: (March 13, 2012 City of Federal Way) Control density fill shall meet the requirements of Washington Aggregates and Concrete Association. Crushed surfacing top course and crushed surfacing base course shall meet the requirements of Section 9- 03.9(3) of the Standard Specifications. Bedding material shall consist of 5/8 -inch minus crushed rock free of any deleterious substances (Section 9- 03.1(5)A of the Standard Specifications). Requirements for signal equipment and materials are contained in Section 9 -29 of the Standard Specifications and Section 9 -29 of these Specifications. 8- 20.2(1) Equipment List And Drawings (January 26, 2012 City of Federal Way) The first paragraph is deleted and replaced with the following: 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. (March 13, 1995 WSDOT GSP) Section 8- 20.2(1) is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -116 RFB #17 -004 Mar 2017 Pole base to light source distances (H1) for lighting standards with pre- approved plans shall be as noted in the Plans. Pole base to light source distances (H1) for lighting standards without pre - approved plans will be furnished by the Engineer as part of the final approved shop drawings, prior to fabrication. 8 -20.3 Construction Requirements 8- 20.3(1) General (November 14, 2014 City of Federal Way) Section 8- 20.3(1) is supplemented with the following: 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 Special Provision) Section 8- 20.3(1) is supplemented with the following: 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: 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -117 RFB #17 -004 Mar 2017 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. Backfill voids created by removal of foundations and junction boxes. b. Backfilling and compaction shall be performed in accordance with Section 2 -19 09.3(1)E. (May 15, 2000 WSDOT NWR) Section 8- 20.3(1) is supplemented with the following: Energized Equipment Work shall be coordinated so that electrical equipment, with the exception of the service cabinet, is energized within 72 hours of installation. (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 shall advise the Engineer in writing when construction cores are ready to be removed. (May 15, 2000 WSDOT NWR) Electrical Equipment Removals Removals associated with the electrical system shall not be stockpiled within the job site without the Engineer's approval. 8- 20.3(2) Excavating and Backfilling (January 8, 2013 City of Federa/ Way) Section 8- 20.3(2) is supplemented with the following: The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system, interconnect conduit and wiring, and illumination system. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints City of Federal Way 21st Ave S Pedestrian Improvements SP -118 RFB #17 -004 Mar 2017 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 (2 ") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. 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 (2 ") 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 (8 ") layers with each layer compacted to ninety -five percent (95 %) of maximum density in traveled ways, and ninety percent (90 %) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for 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. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. (City of Federal Way) Section 8- 20.3(2) is supplemented with the following: Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and City of Federal Way 21st Ave S Pedestrian Improvements SP -119 RFB #17 -004 Mar 2017 the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, underground vaults and directional boring operations. Prior to construction, if any conflicts are expected, it shall be brought to the attention of the Engineer for resolution. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. If a conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. Before beginning any excavation work for foundations, vaults, junction boxes or conduit runs, the contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If a conflict is identified, the following process shall be used to resolve the conflict: 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8- 20.3(4) Foundations (City of Federal Way) Section 8- 20.3(4) is supplemented with the following: Foundations for the decorative streetlight poles shall conform to City of Federal Way Drawing Number 3 -43 except that foundation depth shall be as noted on the Illumination Pole Schedule. City of Federal Way 21st Ave S Pedestrian Improvements SP -120 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. 8- 20.3(5) Conduit 8- 20.3(5)A General (March 16, 2011 City of Federal Way) Section 8- 20.3(5) is supplemented with the following: All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot -dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner /type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner /type abbreviations are: PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT &T) /C — Cable COMCAST(AT &T) /F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system (August 10, 2009 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -121 RFB #17 -004 Mar 2017 A pull string rated for 200 lbs. or greater shall be installed in all spare conduits. Detectable tape shall be included in all conduits that do not have a detectable wire inside. 8- 20.3(5)B Conduit Type (March 16, 2011 City of Federal Way) Section 8- 20.3(5)B is supplemented with the following: All conduits for signal cable raceways under driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Whenever PVC conduit is used a ground wire shall be provided. 8- 20.3(5)E3 Boring (October 16, 2006 WSDOT NWR) Section 8- 20.3(5)E3 is supplemented with the following: Boring In addition to the requirements for boring with casing, the Contractor shall submit to the Engineer for approval a pit plan and a proposed method of boring that includes, but is not limited to, the following: 1) A pit plan depicting: a) Protection of traffic and pedestrians. b) The dimension of the pit. c) Shoring, bracing, struts, walers or sheet piles. d) Type of casing. 2) The proposed method of boring, including: a) The boring system. b) The support system. c) The support system under and at the bottom of the pit. The shoring and boring pit plan shall be prepared by and bear the seal and signature of a Washington State licensed Professional Civil Engineer. Commercial concrete meeting the requirements of Section 6- 02.3(2)B may be used to seal the casing. 8- 20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes (March 13, 2012 City of Federal Way) Section 8- 20.3(6) is supplemented with the following: Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -122 RFB #17 -004 Mar 2017 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.) Mebacl (their most aggressive surface) manufactured by IKG Industries 2.) SIipNOT Grade 3- coarse manufactured by W.S. Molnar Company. All streetlight junction boxes not placed in the sidewalk shall be placed immediately adjacent to a sidewalk or curb surrounded by concrete (or asphalt if adjacent to roadway) to prevent the box from lifting out of the dirt. All streetlight junction box lids shall be welded shut after final inspection and approval by King County. Approved slip resistant surfaces shall have coefficient of friction of no less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8- 20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan 3- 40.10 -01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J- 40.30 -01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan 3- 40.30.01. 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. 8- 20.3(8) Wiring (March 6, 2012 City of Federal Way) Section 8- 20.3(8) is supplemented with the following: 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -123 RFB #17 -004 Mar 2017 (March 13, 1995 WSDOT NWR) Section 8- 20.3(8) is supplemented with the following: Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR) Section 8- 20.3(8) is supplemented with the following: Illumination Circuit Splices Temporary splices shall be the heat shrink type. 8- 20.3(9) Bonding, Grounding (City of Federal Way) Section 8- 20.3(9) is supplemented with the following: Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction boxes and any modified existing junction boxes. For the purposes of this section, a box shall be considered "modified" if new current - carrying conductors are installed, including low- voltage conductors. (March 13, 2012 City of Federal Way) Section 8- 20.3(9) is supplemented with the following: At points where shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. All conduits which are not galvanized steel shall have bonding wires between junction boxes. Ground rods shall be copper clad steel, 3/4 -inch in diameter by 10 -feet long, connections shall be made with termite welds. (August 21, 2006 WSDOT NWR) Section 8- 20.3(9) is supplemented with the following: 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 (March 13, 2012 City of Federal Way) Section 8- 20.3(10) is supplemented with the following: The Contractor shall apply for an electrical service connection with Puget Sound Energy or Tacoma Public Utilities as applicable and make arrangements for a new electrical service connection. City of Federal Way 21st Ave S Pedestrian Improvements SP -124 RFB #17 -004 Mar 2017 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 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 or Tacoma Public Utilities 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. When the service is to be provided from an overhead source, the Contractor shall provide conduit from the electrical service to ten feet up the power pole from which service is provided. Stand -off brackets 14 inches long shall be installed on the pole every ten feet. In addition, the Contractor shall provide service conductors from the electrical service to the top of the conduit on the power pole with 30 feet of service wire coiled at top and provide the local electrical utility with 30 feet of 2 -inch conduit to make the connection. Electrical service cabinet will be painted inside with white polyurethane or polyester urethane power coat in accordance with Section 6 -07. Outside will be bare aluminum finish. The twist lock photocell shall be mounted on top of the luminaire closest to the electrical service. All circuit breakers shall be clearly marked or labeled. 8- 20.3(11) Testing (City of Federal Way) Section 8- 20.3(11) is supplemented with the following: After power switch over, the signal system 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 power switch over. 8- 20.3(13) Illumination Systems (City of Federal Way) Section 8- 20.3(13) is supplemented with the following: The existing lighting systems shall remain operational until the new systems are functioning. The Engineer may approve partial interruptions required because of staging. 8- 20.3(13)A Light Standards (March 15, 2012 City of Federal Way) The 8th paragraph of this section is deleted and replaced with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -125 RFB #17 -004 Mar 2017 All new and relocated metal Tight standards shall be numbered per City of Federal Way Development Standard Drawing number 3 -39B. Section 8- 20.3(13)A is supplemented with the following: Each roadway luminaire shall be installed with a shorting cap on each individual luminaire fixture, except the roadway luminaire closest to the electrical service shall be installed with photocell. 8- 20.3(13)B Vacant (March 15, 2012 City of Federal Way) Section 8- 20.3(13)B is deleted and replaced with the following: 8- 20.3(13)B Decorative Light Standards Decorative Tight standards shall be per City of Federal Way Development Standard Drawing number 3 -43. Standards shall be manufactured by Phillips Lumec, Cyclone Lighting or approved equal. Phillips Lumec order shall include: 1. Phillips Lumec luminaire fixture product number CAND1-40W42LED4K- R- PC- C -RLE3 -240- GN8TX- LMS12511Z. 2. Phillips Lumec pole product number SM6N- 19- FS2- PSS16 -10 1 /2 -DEC- GN8TX- LMS12511Z -LAB. 3. Phillips Lumec bracket product number CN1-1A-90deg-BA-DRI- PH7 /240- GN8TX- LMS12511Z. (September 9, 2015 City of Federal Way) Cyclone Lighting order shall include: 1. Cyclone Lighting Bracket product number CP1450- 3'6 " -C1 T40 -CA2AP -GFI RAL6012TX- including lighting bracket, and GFI receptacle. 2. Cyclone Lighting Pole product number PM49-19'-SA-BM11- BH03416AP/S1 T40- RAL6012TX including pole, banner arm access door, plant support, decorative cover, ballast module, ballast tray, weld cover and base cover. 3. Cyclone Luminaire fixture product number CN11P1- GCPC- SKY3- 3- 68W -4K- VOLT- EQ1- GCNO8- RAL6012TX including luminaire housing and driver modules, optical and electrical components, wiring and hardware. All standards shall: 1.) Be installed with breakaway bolts per the standard plans included in these Specifications. 2.) Be of the color GN8 -TX, textured dark green and shall have powder coating. 3.) Have 120V built in duplex receptacle installed at the top of the pole. 4.) Have a handhole for access to the tray- mounted ballasts. 5.) Include an Anchor Plate with 11 -1/2" bolt circle diameter. City of Federal Way 21st Ave S Pedestrian Improvements SP -126 RFB #17 -004 Mar 2017 (September 16, 2014 City of Federal Way) All new decorative luminaire installations shall be LED luminaires unless the planned installation is a single luminaire neighboring a conventional luminaire. The installation of a conventional high - pressure sodium (HPS) luminaire must be approved by the Engineer. 8- 20.3(17) "As Built" Plans (December 18, 2009 City of Federal Way) Section 8- 21.3(17) is deleted and replaced with the following: Upon completion of the project, the Contractor shall furnish an "as- built" drawing of the 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. 8 -20.4 Measurement (City of Federal Way) Section 8 -20.4 is replaced with the following: "Decorative Illumination System, Complete" will be measured per lump sum for the total of all items for complete decorative illumination system. The lump sum price for "Decorative 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 connecting the decorative illumination system to the existing service cabinet and for making modifications to the existing systems as necessary. All items and labor necessary to supply, install, and test the poles, conduit, junction boxes, service circuit breaker and connections, electrical connections, connections with existing conduit and junction boxes, and all other components necessary to make a complete system shall be included within the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. No specific unit of measurement shall apply, but measurement will be made for the sum total of all items of the decorative illumination system to be furnished and installed. Excavation, trenching and bedding, bedding and backfill material, backfill of trenches, pavement restoration of trenches and conduit /junction box installations containing decorative illumination system elements will be included in the lump sum measurement for "Decorative Illumination System Complete." "Festival Outlet System, Complete" will be measured per lump sum for the total of all items for complete festival outlet system. The lump sum price for "Festival Outlet 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 connecting the festival outlet system to the existing service cabinet and for making modifications to the existing systems as necessary. All items and labor necessary to supply, install, and test the conduit, junction boxes, electrical connections, connections with existing conduit and junction boxes, GFI outlets, boxes and covers, restoring facilities destroyed or damaged during construction, salvaging existing materials, and all other components necessary to City of Federal Way 21st Ave S Pedestrian Improvements SP -127 RFB #17 -004 Mar 2017 make a complete system shall be included within the lump sum measurement. All painting of components shall be considered incidental to the lump sum measurement. No specific unit of measurement shall apply, but measurement will be made for the sum total of all items of the decorative illumination system to be furnished and installed. Excavation, trenching and bedding, bedding and backfill of trenches, pavement restoration of trenches and conduit /junction box installations containing festival outlet system elements will be included in the lump sum measurement for "Festival Outlet System, Complete." Coordination of service connections with Puget Sound Energy and any necessary permits and fees associated with the service connections shall be considered incidental to the bid items included in this section and no additional compensation will be made. Coordination with communication connections with Comcast, Century Link, 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, decorative illumination system, festival outlet system and /or interconnect system wiring shall be incidental to the bid items included in 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 -20.5 Payment (City of Federal Way) Section 8 -20.5 is deleted and replaced with the following: Payment will be made in accordance with Section 1 -04.1 for each of the following Bid Items: "Decorative Illumination System, Complete", per lump sum. "Festival Outlet System, Complete", per lump sum. SECTION 8 -21. PERMANENT SIGNINQ 8 -21.1 Description (March 13, 2012 City of Federal Way) Section 8 -21.1 is deleted and replaced with the following: 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 City of Federal Way 21st Ave S Pedestrian Improvements SP -128 RFB #17 -004 Mar 2017 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 (December 18, 2009 City of Federal Way) Section 8- 21.3(2) is supplemented with the following: 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 Devices (MUTCD) with Washington State Supplements. 8 -21.4 Measurement (December 18, 2009 City of Federal Way) Section 8 -21.4 is deleted and replaced with the following: "Permanent signing" is measured on a lump sum basis and includes all labor, materials, tools, and equipment necessary to furnish and install permanent signing, sign removal, and sign relocation. Sign covering shall be incidental to other bid items and shall not be measured. 8 -21.5 Payment (December 13, 2012 City of Federal Way) 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", per lump sum. SECTION 8 -22, PAVEMENT MARKING 8 -22.1 Description (December 18, 2009 City of Federal Way) Section 8 -22.1 is supplemented with the following: Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M- 20.20- 01. 8 -22.2 Materials (October 23, 2014 City of Federal Way) Section 8 -22.2 Sentence #3 is deleted and replaced with the following: Glass beads for Type A plastic shall be as recommended by the manufacturer. (October 23, 2014 City of Federal Way Section 8 -22.2 is supplemented with the following: Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9 -34.4. City of Federal Way 21st Ave S Pedestrian Improvements SP -129 RFB #17 -004 Mar 2017 8 -22.3 Construction Requirements 8- 22.3(6) Removal of Pavement Markings (City of Federal Way) Section 8- 22.3(6) is supplemented with the following: As indicated on the plans, the Contractor shall remove existing pavement markings that may consist of paint, plastic and raised pavement markings. 8 -22.4 Measurement (City of Federal Way) Section 8 -22.4 is supplemented with the following: "Plastic Crosswalk Line" will be measured per square foot. Removal of pavement markings will not be measured and is considered included in the bid item "Plastic Crosswalk Line." 8 -22.5 Payment (City of Federal Way) Section 8 -22.5 is modified and replaced with the following: "Plastic Crosswalk Line", per square foot. 8 -30 RESOLUTION OF UTILITY CONFLICTS (City of Federal Way) Section 8 -30 is a new section: 8 -30.1 Description (City of Federal Way) Section 8 -30.1 is a new section: This work involves the identification and plans between proposed improvements will pay these costs by force account Contractor had performed the work with resolution of utility conflicts not identified in the and existing utilities. The Contracting Agency if the work proves to be acceptable and the the authority of and due notice to the Engineer. 8 -30.3 Construction Requirements (City of Federal Way) Section 8 -30.3 is a new section: 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. 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: City of Federal Way 21st Ave S Pedestrian Improvements SP -130 RFB #17 -004 Mar 2017 1. Standby time resulting from existing utility conflicts. Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: a. For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and /or reassign his work forces and equipment to other areas of work to minimize standby time. b. If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: a. Storm drainage manhole, pipe, vault, and conduit realignments of line and /or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. b. Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and /or grade, not exceeding the limits set in section 1- 04.4 of the Standard Specifications. 8 -30.4 Measurement (City of Federal Way) Section 8 -30.4 is a new section: "Potholing", will be paid by force account per Section 1 -09.6. "Resolution of Utility Conflicts" will be paid by force account per Section 1 -09.6. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. 8 -30.5 Payment (City of Federal Way) Section 8 -30.5 is a new section: 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. "Resolution of Utility Conflicts" will be paid by force account 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. City of Federal Way 21st Ave S Pedestrian Improvements END OF DIVISION 8 SP -131 RFB #17 -004 Mar 2017 DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.12 Gravel Backfill 9- 03.12(6) Pit Run Sand (City of Federal Way) Section 9- 03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9-03.14(3) Common Borrow (City of Federal Way) Section 9- 03.14(3) is modified with the following requirements: Material from on -site excavations meeting the requirements for Common Borrow shall be used to the extent practicable. Material for common borrow shall consist of granular soil and /or aggregate which is free of trash, wood, debris, and other deleterious material. Common Borrow material shall be at the proper moisture content for compaction. This material is generally moisture sensitive. The natural moisture content shall range from not more than 1 percent wet of optimum to not more than 3 percent dry of optimum as determined in accordance with Section 2- 03.3(14)D. The material shall not pump or yield under the weight of compaction equipment and construction traffic. The Contractor is responsible for protecting the material from excess moisture wherever /whenever possible. To the extent practicable, this material should be handled only during non -rainy periods and should be removed, hauled, placed, and compacted into final embankments without intermediate handling or stockpiling. Surfaces should be graded and sloped to drain and should not be left uncompacted. Common Borrow shall meet the following gradation limits: Sieve Size Percent Passing (by weight) 6" square 1 100 4" square 90 — 100 2" square 75 - 100 U.S. No. 4 50 - 80 U.S. No. 40 50 max. U.S. No 200 25 max. 1 For geosynthetic reinforced walls or slopes, 100percent passing 11/4 - inch square sieve and 90 to 100 percent passing the 1 -inch square sieve. Common Borrow shall contain sufficient fines for compaction and to bind the compacted soil mass together to form a stable surface when heavy construction equipment is operated on its surface. City of Federal Way 21st Ave S Pedestrian Improvements SP -132 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9 -14.1 Topsoil 9- 14.1(1) Topsoil Type A (City of Federal Way) Section 9- 14.1(1) is supplemented with the following: Topsoil Type A mix shall be 50% pure organic compost and 50% sand or sandy loam. The soil shall be high in organic content and compromised of fully composted and mature organic materials. Refer to Section 9- 14.4(8) of the Standard Specifications for compost requirements. No fresh sawdust or other fresh wood by- products shall be added to extend the volume after the composting process. Chemical and physical following: Screen Size Total Nitrogen Organic Matter pH Range Conductivity characteristics of Topsoil Type A shall comply with the 7/16" Maximum 0.25% Minimum 10% Minimum 5.5 to 7.5 5 mmhos /cm Maximum The Contractor shall provide a complete analysis of Topsoil Type A with one cubic foot sample for review and approval. 9 -14.2 Seed (City of Federal Way) Section 9 -14.2 is supplemented with the following: The grass seed dealer shall mix the grass seed only. The Contractor shall furnish the Engineer with a dealer's guaranteed statement of the composition, mixture, and the percentage of purity and germination of each variety. Hydroseed shall be composed of the following varieties mixed in the proportions indicated, or approved equal: SEEDEDLAWN MIXTURE NAME BY WEIGHT PURITY GERMINATION Tall Fescue / Festuca arundinacea 40% 98% 90% Creeping Red Fescue / Festuca rubra 25% 98% 90% Highland Colonial Bentgrass / Agrostis capillaris var. 'Highland' 5% 98% 90% Perennial Rye / Lolimum perenne (blend of two: 'Fiesta II', 'Prelude II', 'Commander' 30% 95% 90% City of Federal Way 21st Ave S Pedestrian Improvements SP -133 RFB #17 -004 Mar 2017 9 -14.3 Fertilizer (City of Federal Way) Section 9 -14.3 is supplemented with the following: Fertilizer for trees shall be biodegradable fertilizer packets, 20 -10 -5. Apply per manufacturer's recommendations. 9 -14.4 Mulch and Amendments 9- 14.4(3) Bark or Wood Chips (City of Federal Way) Section 9- 14.4(3) is supplemented with the following: Bark or Wood Chip Mulch shall be medium grade composted ground fir or hemlock bark. The bark shall be uniform in color, free from weed seeds, sawdust and splinters. The mulch shall not contain resin, tannin, wood fiber or other compounds detrimental to plant life. The moisture content of bagged mulch shall not exceed 22 %. The acceptable size range of bark mulch material is 1/2" to 1" with maximum of 20% passing the 1/2" screen. 9 -14.6 Plant Materials 9- 14.6(2) Quality (City of Federal Way) Section 9- 14.6(2) is supplemented with the following: Plant material shall be free from disfiguring knots, swollen grafts, sunscald injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not Tess than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump) trees. Trees shall have full crowns and balanced branching. Measurements, caliper, branching, grading, quality, balling and burlapping shall follow the Code of Standards of the American Associate of Nurserymen in the American Standard for Nursery Stock, ANSI 260.1, latest edition. Measurements shall be taken with all branches in their normal growing position. Plants shall not be pruned prior to delivery to site. 9- 14.6(3) Handling and Shipping_ (City of Federal Way) Section 9- 14.6(3) is supplemented with the following: All plant material shall be transported to planting locations with care to prevent damage. Tie back branches as necessary, and protect bark from chafing with City of Federal Way 21st Ave S Pedestrian Improvements SP -134 RFB #17 -004 Mar 2017 burlap bags. Do not drag plant materials along ground without proper protection of roots and branches. Protect rootballs from environmental or mechanical damage and water as necessary to keep roots moist. Do not store plants for more than one week. 9- 14.6(4) Tagging (City of Federal Way) Section 9- 14.6(4) is supplemented with the following: All plant material shall be legibly tagged. Tagging may be by species or variety with minimum of one tag per ten trees, shrubs, or vines. Remove all tagging prior to final acceptance. 9- 14.6(5) Inspection (City of Federal Way) Section 9- 14.6(5) is supplemented with the following: The Contracting Agency shall reserve the option of selecting and inspecting plant material at the nursery. The contractor shall provide the Contracting Agency with at least one week notice prior to preparing plants for shipping and delivery. The Contractor shall neither deliver to site nor install plant materials until authorized by the Contracting Agency. 9- 14.6(7) Temporary Storage (City of Federal Way) Section 9- 14.6(7) is supplemented with the following: Cold storage of plants shall not be permitted. If planting is delayed more than 24 hours after delivery, set balled and burlapped plants on the ground, well protected with soil or wet peat. Adequately cover all roots of bare root material with soil or wet peat. Protect rootballs from freezing, sun, drying winds or mechanical damage. Water plant material as necessary until planted. Plants shall not be stored for more than one week. Longer storage period at project site will result in rejection of plant materials by the Contracting Agency. 9 -14.7 Stakes, Guys, and Wrapping (City of Federal Way) Section 9 -14.7 is supplemented with the following: Stakes shall be BVC round tree stakes with Chainlock guying or Engineer accepted product. No wrapping required. 9 -14.8 Tree Watering Bag System (City of Federal Way) Add the following new section: Tree Watering Bag System shall be 20- gallon, UV- stabilized, polyethylene slow release watering bag system for trees with side zipper opening and two water release points; size 30" tall x 18" wide, accommodates 1" to 4" caliper trees; color green. 9 -14.9 Root Barrier (City of Federal Way) City of Federal Way 21st Ave S Pedestrian Improvements SP -135 RFB #17 -004 Mar 2017 Add the following new section: Root Barrier shall be 18 -inch high, minimum thickness 0.090 -inch, interlocking root barrier panels constructed of high- impact polypropylene with 1/2 -inch reinforcing ribs. 9 -15 IRRIGATION SYSTEM 9 -15.1 Pipe, Tubing And Fittings (City of Federal Way) Section 9 -15.1 is supplements with the following: All pipe and tubing shall be PVC or approved equal. All fittings shall be Sch 80 PVC. All sleeving shall be Sch 40 PVC. 9 -15.5 Valve Boxes and Protective Sleeves (City of Federal Way) Section 9 -15.5 is supplemented with the following: Valve boxes for control valves shall be grey flared box, HDPE construction with UV inhibitors, heavy duty seat collar, drop in locking, 17'L x 24" D x 12" W with green HDPE drop in locking lid. Valve boxes for Double Check Valve Assembly shall be grey heavy duty polymer concrete, top dimensions 25 "L x 15 -16 "W and 24" D designed to withstand H -10 and H- 20 loading in incidental and non - deliberate traffic areas. Valve box must be compliant with AASHTO H -10 Design Load; ASTM C 857 -95 Design Load of A -8, 8,000Ibs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. Valve boxes for quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. 9 -15.6 Gate Valves (City of Federal Way) Section 9 -15.6 is supplemented with the following: Gate valves shall be heavy duty cast brass body and heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non - rising stern, solid wedge disc and integral seats. 9 -15.7 Control Valves 9- 15.7(1) Manual Control Valves (City of Federal Way) Section 9- 15.7(1) is supplemented with the following: Shut off valves upstream of automatic control valves shall be a heavy duty cast brass body gate valve with heavy cast iron handwheel, suitable for residential or commercial potable water applications, with screwed bonnet, non - rising stem, solid wedge disc and integral seats, size to fit line. 9 -15.13 Pressure Regulating Valves (City of Federal Way) Section 9 -15.13 is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -136 RFB #17 -004 Mar 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pressure regulating valve shall be designed to reduce incoming water pressure from up to 400psi to a range of 25- 75psi. Valve shall be all bronze body construction, with thermal expansion bypass, serviceable in line, with internal stainless steel strainer. SECTION 9 -28. SIGNING MATERIALS AND FABRICATION 9 -28.1 General (January 8, 2013 City of Federal Way) Paragraph three is deleted and replaced with the following: All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow 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 (October 23, 2014 City of Federal Way) Section 9 -28.2 is deleted and replaced with the following: All signs shall show the manufacturer's name and date of manufacture on the back. 9 -28.8 Sheet Aluminum Signs (January 8, 2013 City of Federal Way) Section 9 -28.8 table is deleted and replaced with the following: 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 Section 9 -28.8 is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -137 RFB #17 -004 Mar 2017 All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D -3 street -name signs shall be constructed with 0.100- inch -thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9 -28.9 Fiberglass Reinforced Plastic Signs (December 18, 2009 City of Federal Way) Section 9 -28.9 is deleted in its entirety. 9 -28.14 Sign Support Structures (December 18, 2009 City of Federal Way) Section 9 -28.14 is supplemented with the following: 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 (December 18, 2009 City of Federal Way) Section 9- 28.14(1) is supplemented with the following: 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. 9- 28.14(2) Steel Structures and Posts (December 18, 2009 City of Federal Way) Section 9- 28.14(2) is supplemented with the following: 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 21st Ave S Pedestrian Improvements SP -138 RFB #17 -004 Mar 2017 SECTION 9 -29. ILLUMINATION. SIGNAL. ELECTRICAL 9 -29.1 Conduit, Innerduct, and Outerduct (June 5, 2000 WSDOT NWR) Section 9 -29.1 is supplemented with the following: Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2- inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. (October 23, 2014 City of Federal Way) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9- 29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings (August 10, 2009 WSDOT NWR) Section 9- 29.1(1) is supplemented with the following: 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 (August 10, 2009 WSDOT NWR) Section 9- 29.1(2) is supplemented with the following: 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 (August 1, 2016 WSDOT GSP) Section 9- 29.2(1) is supplemented with the following: Concrete Junction Boxes Both the slip- resistant lid and slip- resistant frame shall be treated with Mebac #1 as manufactured by IKG industries, or SIipNOT Grade 3- coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or less the slip- resistant treatment may be omitted on that portion of the frame. City of Federal Way 21st Ave S Pedestrian Improvements SP -139 RFB #17 -004 Mar 2017 The slip- resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; or "S3" for SIipNOT Grade 3- coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes (August 1, 2016 WSDOT GSP) Section 9- 29.2(2)A is supplemented with the following: Both the slip- resistant lid and slip- resistant frame shall be treated with Mebac#1 as manufactured by IKG industries, or SIipNOT Grade 3- coarse as manufactured by W.S. Molnar Co. Where the exposed portion of the frame is 1/2 inch wide or Tess the slip- resistant treatment may be omitted on that portion of the frame. The slip- resistant lid shall be identified with permanent marking on the underside indicating the type of surface treatment ("M1" for Mebac 1; or "S3" for SIipNOT Grade 3- coarse) and the year manufactured. The permanent marking shall be 1/8 inch line thickness formed with a mild steel weld bead. 9 -29.6 Light and Signal Standards 9- 29.6(1) Steel Light and Signal Standards (December 18, 2009 City of Federal Way) Section 9- 29.6(1) is supplement with the following: 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. 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. 9 -29.7 Luminaire Fusing and Electrical Connections at Light Standard Bases, Cantilever Bases, and Sign Bridge Bases 9- 29.7(2) Fused Quick - Disconnect Kits (March 13,2012 City of Federal Way) Section 9- 29.7(2) is supplemented 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 /light connector kits. Installation shall conform to details in the Standard Plans. 9 -29.10 Luminaires 9- 29.10(2) Decorative Luminaires (September 9, 2015 City of Federal Way) Section 9- 29.10(2) is supplemented with the following: City of Federal Way 21st Ave S Pedestrian Improvements SP -140 RFB #17 -004 Mar 2017 High - pressure sodium vapor lamps shall have a 15,000 -hour rated life and be rated at 150 or 250 watts per The Plans and City of Federal Way Development Standard Drawing number 3 -42. All new decorative luminaire installations shall be LED luminaires unless the planned installation is a single luminaire neighboring a conventional high - pressure sodium (HPS) luminaire. The installation of a conventional HPS luminaire must be approved by the City Traffic Engineer. LED luminaires must meet City standards for average maintained footcandles, uniformity ratio, mounting height, distribution pattern, and spacing as indicated in City of Federal Way Development Standard Drawing 3 -42. LED luminaires shall have a correlated color temperature (CCT) of 4000K +/- 300K. Final wattage shall be determined through 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. Inside the Lumec pole and fixture in DWG 3 -43, the LED luminaire shall be a Cyclone Sky -3 68W LED fixture, Sylvania OSRAM D6 Area Light LED Retrofit Kit or approved equal. The Cyclone LED fixture, Sylvania D6 kit, or approved equal shall also be used for the retrofit of existing decorative luminaires. 9- 29.10(3) Vacant (July 14, 2015 City of Federal Way) Section 9- 29.10(3) is deleted and replaced with the following: 9- 29.10(3) L.E.D. Roadway Luminaires All new roadway luminaire installations shall be LED luminaires unless the planned installation is a single luminaire neighboring a conventional HPS luminaire(s). The installation of a conventional HPS luminaire must be approved by the City Traffic Engineer. LED luminaires shall be furnished and installed by the Contractor. The units shall 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, E -Lite Star, GE, and Leotek. Other manufacturers may be approved by the City Traffic Engineer. 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -141 RFB #17 -004 Mar 2017 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 from 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. 9 -29.11 Control Equipment 9- 29.11(2) Photoelectric Control (December 18, 2012 City of Federal Way) Section 9- 29.11(2) is supplemented with the following: 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. 9 -29.24 Service Cabinets (December 18, 2009 City of Federal Way) Section 9 -29.24 is supplemented with the following: 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. City of Federal Way 21st Ave S Pedestrian Improvements SP -142 RFB #17 -004 Mar 2017 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 II C. The service cabinet shall be aluminum, and shall be a Skyline Electric Type ES -2EU 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. City of Federal Way 21st Ave S Pedestrian Improvements END DIVISION 9 SP -143 RFB #17 -004 Mar 2017 APPENDIX A: FHWA 1273 City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 RFB # 17 -004 March 2017 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS FHWA -1273 -- Revised May 1, 2012 I. General II. Nondiscrimination III. Nonsegregated Facilities IV. Davis -Bacon and Related Act Provisions V. Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying ATTACHMENTS A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) I. GENERAL 1. Form FHWA -1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The applicable requirements of Form FHWA -1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Form FHWA -1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design - builder shall be responsible for compliance by any subcontractor, lower -tier subcontractor or service provider. Contracting agencies may reference Form FHWA -1273 in bid proposal or request for proposal documents, however, the Form FHWA -1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with 1 the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625 -1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60 -4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625 -1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625 -1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this 2 contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre- apprenticeship, and /or on- the -job training." 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. 3 a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. 4 b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on- the -job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and /or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. 5 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT - approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT - assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and non - minority group members and women employed in each work classification on the project; (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non - minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA -1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on- the -job training is being required by special provision, the contractor will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. 6 III. NONSEGREGATED FACILITIES This provision is applicable to all Federal -aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. IV. DAVIS -BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right -of -way of a roadway that is functionally classified as Federal -aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract provisions and related matters" with minor revisions to conform to the FHWA -1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. 8 c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 9 b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH -347 is available for this purpose from the Wage and Hour Division Web site at http: / /www.dol.gov /esa /whd /forms /wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 3.b.(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, 10 after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). Apprentices will be permitted to work at Tess than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at Tess than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at Tess than the predetermined rate for the work performed unless they are employed pursuant to and 11 individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not Tess than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal - aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA -1273 in any subcontracts and also require the subcontractors to include Form FHWA -1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 12 8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1). c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual 13 was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal -aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term "perform work with its own organization" refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day -to -day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and 14 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self - performance requirement of paragraph (1) is not applicable to design -build contracts; however, contracting agencies may establish their own self - performance requirements. VII. SAFETY: ACCIDENT PREVENTION This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his /her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 15 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA -1022 shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 18 U.S.C. 1020 reads as follows: "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal -aid construction contracts and to all related subcontracts. 16 By submission of this bid /proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal -aid construction contracts, design -build contracts, subcontracts, lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification — First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or 17 general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https: / /www.epls.gov /), which is compiled by the General Services Administration. i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion — First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; 18 (2) Have not within a three -year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three -year period preceding this application /proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or 19 voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https: / /www.epls.gov /), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and /or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- - Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 20 XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 21 ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 22 AMENDMENT REQUIRED CONTRACT PROVISIONS (Exclusive of Appalachian Contracts) FEDERAL -AID CONSTRUCTION CONTRACTS The Federal —Aid provisions are supplemented with the following: XII. Cargo Preference Act 1. U.S. Department of Transportation Federal Highway Administration memorandum dated December 11, 2015 requires that all federal -aid highway programs awarded after February 15, 2016 must comply with the Cargo Preference Act and its regulation of 46 CFR 381.7 (a) -(b). Amendment to Form FHWA 1273 Revised January 25, 2016 APPENDIX B: PREVAILING WAGES AND BENEFIT CODE KEY City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 RFB # 17 -004 March 2017 3/24/2017 about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 3/24/2017 County King King King Trade Job Classification Wage Holiday Overtime Note Asbestos Abatement Workers Boilermakers Brick Mason Journey Level Journey Level $45.25 5D 1H $64.54 5N 1C Journey Level $54.32 5A 1M King Brick Mason Pointer - Caulker- Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F Building Service Employees Traveling $23.29 King King King Building Service Employees Building Service Employees King Cabinet Makers (In Shop) Carpenters Carpenters King King King Carpenters King Carpenters King Carpenters King Carpenters King Carpenters King Carpenters Cement Masons Divers Et Tenders King King Waxer /Shampooer Window Cleaner (Non - Scaffold) Window Cleaner (Scaffold) Journey Level Acoustical Worker Bridge, Dock And Wharf Carpenters Carpenter Carpenters on Stationary Tools $24.54 $27.33 5S 5S 5S 2F 2F 2F $22.74 1 $55.51 5D 4C $55.51 5D 4C $55.51 5D 4C $55.64 5D 4C Creosoted Material $55.61 5D 4C Floor Finisher $55.51 5D 4C Floor Layer $55.51 5D 4C Scaffold Erector $55.51 5D 4C Journey Level Diver $55.56 7A 1M $108.77 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C about:blank 1/22 3/24/2017 King Divers Et Tenders King Divers & Tenders King Divers & Tenders King Dredge Workers King Dredge Workers King King King King Dredge Workers Dredge Workers Dredge Workers Dredge Workers King Dredge Workers King King King King King King King Drywall Applicator Drywall Tapers Electrical Fixture Maintenance Workers Electricians - Inside Electricians - Inside Electricians - Inside Electricians - Inside King Electricians - Inside King Electricians - Inside King Electricians - Inside King Electricians - Motor Shop King Electricians - Motor Shop King Electricians - Powerline Construction King Electricians - Powerline Construction King Electricians - Powerline Construction King Electricians - Powerline Construction King Electricians - Powerline Construction King Electricians - Powerline Construction King Electricians - Powerline Construction King Electricians - Powerline Construction about:blank about:blank Diver Tender Surface Rcv & Rov Operator Surface Rcv & Rov Operator Tender Assistant Engineer Assistant Mate (Deckhand) Boatmen Engineer Welder Leverman, Hydraulic Mates Oiler Journey Level Journey Level Journey Level Cable Splicer Cable Splicer (tunnel) Certified Welder Certified Welder (tunnel) Construction Stock Person Journey Level Journey Level (tunnel) Craftsman Journey Level Cable Splicer Certified Line Welder Groundperson Heavy Line Equipment Operator Journey Level Lineperson Line Equipment Operator Pole Sprayer Powderperson $59.88 5D 4C $59.88 5D 4C $55.76 5A $56.44 5D $56.00 5D $56.44 $57.51 $58.67 $56.44 $56.00 $55.51 $55.66 $27.99 $73.20 $78.59 $70.75 $75.89 4C 3F 3F 5D 3F 5D 3F 3F 3F 50 3F 5D 1H 5P 1E 1E 5D 5D 5L 7C 7C 7C 7C $38.69 7C $68.30 7C $73.20 7C $15.37 $14.69 $71.85 5A 4E 4E 4E 4E 4E 4E 4E 1 1 4D $65.71 5A 4D $44.12 5A $65.71 5A 4D $65.71 5A 4D $55.34 5A 4D $65.71 5A 4D $49.16 5A 4D 4D 2/22 3/24/2017 about:blank King Electronic Technicians King Elevator Constructors King Elevator Constructors King Fabricated Precast Concrete Products King Fence Erectors King Fla.gers King Glaziers King Heat & Frost Insulators And Asbestos Workers King Heating Equipment Mechanics King Hod Carriers & Mason Tenders King King King King King King King King Industrial Power Vacuum Cleaner Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing, Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Technician Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Of Sewer & Water Systems By Remote Control Insulation Applicators Ironworkers Laborers Journey Level Mechanic Mechanic In Charge All Classifications - In- Factory Work Only Fence Erector Journey Level Journey Level Journeyman Journey Level Journey Level Journey Level Boat Operator Cook Deckhand Deckhand Engineer Launch Operator Mate Cleaner Operator, Foamer Operator $31.00 $85.45 7D $92.35 71) $17.20 1 4A 4A 5B 1R $15.18 $38.36 7A $59.31 7L $65.68 $75.46 $46.66 $11.00 $59.86 5B 5J 7F 1 31 1Y 4H 1E 7A 31 $56.18 $56.18 $57.26 $58.59 $58.59 $31.49 Grout Truck Operator $11.48 Head Operator King King King King King King King about:blank Laborers Laborers Laborers Laborers Tv Truck Operator Journey Level Journeyman Air, Gas Or Electric Vibrating Screed Airtrac Drill Operator Ballast Regular Machine Batch Weighman Brick Pavers $24.91 $19.33 $20.45 1K 5B 5B 1K 1K 5B 5B 5B 1K 1K 1K $55.51 5D 4C $65.48 7N 10 $45.25 $46.66 $45.25 $38.36 $45.25 7A 7A 7A 7A 7A 31 31 31 31 31 3/22 3/24/2017 about:blank King Laborers King Laborers King Laborers King Laborers King Laborers King King Laborers King Laborers Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King King Laborers Laborers King Laborers King Laborers Laborers Concrete Placement Crew King Laborers Concrete Saw Operator /core Driller King Brush Cutter $45.25 7A 31 Brush Hog Feeder $45.25 7A 31 Burner $45.25 7A 31 Caisson Worker $46.66 7A 31 Carpenter Tender $45.25 7A $45.25 7A 31 $46.09 7A 31 $45.25 7A 31 Change House Or Dry $45.25 7A 31 Shack Chipping Gun (under 30 $45.25 7A Lbs.) Caulker Cement Dumper - paving Cement Finisher Tender 31 Chipping Gun(30 Lbs. And Over) $46.09 7A 31 31 Choker Setter $45.25 7A 31 Chuck Tender $45.25 7A 31 Clary Power Spreader $46.09 7A 31 Clean -up Laborer $45.25 7A Concrete Dumper /chute $46.09 7A Operator Concrete Form Stripper $45.25 7A 31 31 31 King Laborers King Laborers Crusher Feeder Curing Laborer King Laborers Demolition: Wrecking Et Moving (incl. Charred Material) King Laborers Ditch Digger King King King King Laborers King Laborers Laborers Diver Laborers Drill Operator (hydraulic,diamond) Laborers King King Laborers Laborers King Laborers King Laborers Dry Stack Walls $46.09 $46.09 7A 7A 31 31 $38.36 7A 31 $45.25 7A 31 $45.25 $45.25 $46.66 7A 31 $46.09 7A 31 7,4 7A 31 31 $45.25 7A Dump Person $45.25 7A Epoxy Technician $45.25 7A 31 31 31 Erosion Control Worker Faller Et Bucker Chain Saw $45.25 $46.09 7A 31 7A 31 Fine Graders $45.25 7A Firewatch $38.36 7A 31 31 King Laborers Form Setter $45.25 7A 31 about:blank 4/22 3/24/2017 about:blank King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker 8 Transit $46.66 7A 31 Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen $46.09 7A 31 (pressure)including Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder- $46.09 7A 31 mudman King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman -dinky $46.09 7A 31 Locomotive King Laborers Nozzleman (concrete $46.09 7A 31 Pump, Green Cutter When Using Combination Of High Pressure Air a Water On Concrete a Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.09 7A 31 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer /tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - $46.09 7A 31 about:blank 5/22 3/24/2017 about:blank Power King Laborers King King King King King King King Laborers King Laborers King King Laborers King King Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers King King King Laborers Laborers Laborers King Laborers King Laborers King Laborers King Laborers King King Laborers Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers Raker - Asphalt Re- timberman Remote Equipment Operator Rigger /signal Person Rip Rap Person $46.66 $46.66 $46.09 $46.09 $45.25 7A 31 7A 31 7A 31 7A 31 7A 31 Rivet Buster $46.09 7A 31 Rodder $46.09 7A 31 Scaffold Erector $45.25 7A 31 Scale Person $45.25 7A 31 Sloper (over 20 ") Sloper Sprayer Spreader (concrete) Stake Hopper Stock Piler Tamper a Similar Electric, Air Et Gas Operated Tools Tamper (multiple Et Self - propelled) Timber Person - Sewer (lagger, Shorer Et Cribber) Toolroom Person (at Jobsite) Topper Track Laborer $46.09 7A 31 $45.25 7A 31 $46.09 7A 31 $45.25 7A 31 $45.25 7A $46.09 $46.09 $46.09 $45.25 7A 7A 7A 7A $45.25 7A $45.25 7A Track Liner (power) $46.09 7A $41.02 7A $41.02 Traffic Control Laborer Traffic Control Supervisor Truck Spotter Tugger Operator Tunnel Work - Compressed Air Worker 0 -30 psi Tunnel Work - Compressed Air Worker 30.01 -44.00 psi Tunnel Work - Compressed Air Worker 44.01 -54.00 psi Tunnel Work- 7A 31 31 31 31 31 31 31 31 31 8R 31 $45.25 7A 31 $46.09 7A 31 $83.12 $88.15 7A 7A 31 31 $91.83 7A 31 8R Q Q. Q. $97.53 7A 31 8.( about:blank 6/22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 about:blank about:blank Compressed Air Worker 54.01 -60.00 psi King Laborers Tunnel Work- $99.65 7A 31 M. Compressed Air Worker 60.01 -64.00 psi King Laborers Tunnel Work- $104.75 7A 31 Compressed Air Worker 64.01 -68.00 psi King Laborers Tunnel Work- $106.65 7A 31 E. Compressed Air Worker 68.01 -70.00 psi King Laborers Tunnel Work- $108.65 7A 31 M. Compressed Air Worker 70.01 -72.00 psi King Laborers Tunnel Work- $110.65 7A 31 E. Compressed Air Worker 72.01 -74.00 psi King Laborers Tunnel Work -Guage and $46.76 7A 31 E. Lock Tender King Laborers Tunnel Work -Miner $46.76 7A 31 E. King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer /cleaner $34.86 7A 31 King Laborers - Underground General Laborer Et $45.25 7A 31 Sewer it Water Topman King Laborers - Underground Pipe Layer $46.09 7A 31 Sewer Et Water King Landscape Construction Irrigation Or Lawn $13.56 1 Sprinkler Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $55.51 5D 11-I King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 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 $57.01 5D 4C 7/22 3/24/2017 about:blank King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings King Modular Buildings King Modular Buildings King Modular Buildings King Modular Buildings King King King King Pile Driver King Plasterers Modular Buildings Modular Buildings Painters King King King King King King Playground Et Park Equipment Installers Plumbers & Pipefitters Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King Power Equipment Operators King Power Equipment Operators Power Equipment Operators Power Equipment Operators King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators Electrician Equipment Maintenance Plumber Production Worker Tool Maintenance Utility Person Welder Journey Level Journey Level Journey Level Journey Level Journey Level Asphalt Plant Operators Assistant Engineer Barrier Machine (zipper) Batch Plant Operator, Concrete Bobcat $11.56 $11.56 $11.56 $11.00 $11.56 $11.56 $11.56 $40.60 $55.76 $53.20 $11.00 $76.69 $58.69 $55.21 $58.17 $58.17 1 1 1 1 6Z 5D LQ 6Z 7A 7A 7A 7A $55.21 7A Brokk - Remote Demolition Equipment $55.21 Brooms Bump Cutter Cableways Chipper Compressor Concrete Pump: Truck Mount With Boom Attachment Over 42 M Concrete Finish Machine -laser Screed Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. Concrete Pump: Truck Mount With Boom Attachment Up To 42m Conveyors $55.21 $58.17 $58.69 $58.17 $55.21 $58.69 $55.21 $57.72 $58.17 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A $57.72 7A 1 2B 4C 1R 1G 3C 3C 3C 3C 8P 8P 8P 8P 3C 8P 3C 3C 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 3C 8P King Power Equipment Operators King Power Equipment Operators about:blank Cranes Friction: 200 tons $60.47 and over Cranes: 20 Tons Through $58.17 7A 44 Tons With 7A 3C 8P 3C 8P 8/22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 about:blank about:blank King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators Attachments Cranes: 100 Tons $59.28 7A 3C 8P Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) Cranes: 200 tons- 299 $59.88 7A 3C 8P tons, or 250' of boom including jib with attachments Cranes: 300 tons and $60.47 7A 3C 8P over or 300' of boom including jib with attachments Cranes: 45 Tons Through $58.69 7A 3C 8P 99 Tons, Under 150' Of Boom (including Jib With Attachments) Cranes: A -frame - 10 $55.21 7A 3C 8P Tons And Under Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons Cranes: Through 19 Tons $57.72 7A 3C 8P With Attachments A- frame Over 10 Tons Crusher $58.17 7A 3C 8P Deck Engineer /deck $58.17 7A 3C 8P Winches (power) Derricks, On Building $58.69 7A 3C 8P Work Dozers D -9 a Under $57.72 7A 3C 8P Drill Oilers: Auger Type, $57.72 7A 3C 8P Truck Or Crane Mount Drilling Machine $59.28 7A 3C 8P Elevator And Man -lift: $55.21 7A 3C 8P Permanent And Shaft Type Finishing Machine, $58.17 7A 3C 8P Bidwell And Gamaco Et Similar Equipment Forklift: 3000 Lbs And $57.72 7A 3C 8P Over With Attachments Forklifts: Under 3000 $55.21 7A 3C 8P Lbs. With Attachments Grade Engineer: Using $58.17 7A 3C 8P Blue Prints, Cut Sheets, Etc Gradechecker /stakeman $55.21 7A 3C 8P 9/22 3/24/2017 about:blank King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal /directional Drill Locator $58.69 $58.17 $57.72 King Power Equipment Operators Horizontal /directional $58.17 7A Drill Operator King Power Equipment Operators Hydralifts /boom Trucks $57.72 Over 10 Tons Power Equipment Operators Hydralifts /boom Trucks, $55.21 10 Tons And Under 7A 3C 8P 7A 3C 8P 7A King King Power Equipment Operators Loader, Overhead 8 $59.28 Yards. Et Over King Power Equipment Operators Loader, Overhead, 6 $58.69 Yards. But Not Including 8 Yards King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 3C 8P 3C 8P 7A 3C 7A 7A 3C 3C 8P 8P 8P 7A 3C 8P 7A 3C 8P Loaders, Plant Feed $58.17 7A 3C 8P Loaders: Elevating Type Belt Locomotives, All $57.72 7A 3C $58.17 7A King Power Equipment Operators Material Transfer Device $58.17 7A King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) Motor Patrol Graders Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield Oil Distributors, Blower Distribution Et Mulch Seeding Operator $59.28 7A $58.69 7A $58.69 7A 3C 3C 3C 8P 8P 8P 8P 3C 8P 3C 8P $55.21 7A 3C 8P Power Equipment Operators Outside Hoists (elevators $57.72 And Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 7A 3C 8P 8P King Power Equipment Operators Overhead, Bridge Type: $59.28 7A 3C 8P about:blank 10/22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 about:blank about:blank King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators. King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators 100 Tons And Over Overhead, Bridge Type: 45 Tons Through 99 Tons Pavement Breaker $58.69 7A 3C 8P $55.21 7A Pile Driver (other Than $58.17 7A Crane Mount) Plant Oiler - Asphalt, $57.72 7A Crusher Posthole Digger, $55.21 7A Mechanical Power Plant $55.21 7A Pumps - Water $55.21 7A Quad 9, Hd 41, D10 And $58.69 7A Over Quick Tower - No Cab, $55.21 7A Under 100 Feet In Height Based To Boom Remote Control $58.69 7A Operator On Rubber Tired Earth Moving Equipment Rigger And Bellman $55.21 7A Rigger /Signal Person, $57.72 7A Bellman (Certified) Rotlagon $58.69 7A Roller, Other Than Plant $55.21 7A Mix Roller, Plant Mix Or $57.72 7A Multi -lift Materials Roto -mill, Roto - grinder $58.17 7A Saws - Concrete $57.72 7A Scraper, Self Propelled $58.17 7A Under 45 Yards Scrapers - Concrete & $57.72 7A Carry Alt Scrapers, Self - propelled: $58.69 7A 45 Yards And Over Service Engineers - $57.72 7A Equi pment Shotcrete /gunite $55.21 7A Equipment Shovel , Excavator, $57.72 7A Backhoe, Tractors Under 15 Metric Tons. Shovel, Excavator, Backhoe: Over 30 Metric 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P $58.69 7A 3C 8P 11/22 3/24/2017 about:blank King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators Power Equipment Operators King King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment about:blank Tons To 50 Metric Tons Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons Shovel, Excavator, Backhoes: Over 90 Metric Tons Slipform Pavers Spreader, Topsider Et Screedman Subgrader Trimmer $58.17 7A 3C 8P $59.28 7A $59.88 7A $58.69 7A $58.69 $58.17 Tower Bucket Elevators $57.72 Tower Crane Up To 175' $59.28 In Height Base To Boom Tower Crane: over 175' $59.88 7A through 250' in height, base to boom Tower Cranes: over 250' $60.47 7A in height from base to boom Transporters, All Track $58.69 7A Or Truck Type Trenching Machines $57.72 7A Truck Crane Oiler /driver $58.17 7A - 100 Tons And Over 7A 7A 3C 8P 3C 8P 3C 3C 8P 8P 3C 8P 7A 7A 3C 8P 3C 8P Truck Crane Oiler /driver Under 100 Tons Truck Mount Portable Conveyor Welder Wheel Tractors, Farman Type Yo Yo Pay Dozer $57.72 7A $58.17 $58.69 $55.21 7A 7A 7A $58.17 7A Asphalt Plant Operators $58.69 7A Assistant Engineer $55.21 7A Barrier Machine (zipper) $58.17 7A 3C 8P 3C 8P 3C 3C 8P 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P Batch Plant Operator, $58.17 7A 3C 8P 12/22 3/24/2017 Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer Et Water King King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer Et Water about:blank about:blank Concrete Bobcat Brokk - Remote Demolition Equipment Brooms Bump Cutter Cableways Chipper Compressor $55.21 7A $55.21 7A $55.21 3C 3C 7A 3C $58.17 7A $58.69 7A $58.17 7A $55.21 7A $58.69 Concrete Pump: Truck 7A Mount With Boom Attachment Over 42 M Concrete Finish Machine $55.21 7A -laser Screed Concrete Pump - $57.72 7A Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. Concrete Pump: Truck $58.17 7A Mount With Boom Attachment Up To 42m Conveyors $57.72 7A Cranes Friction: 200 tons $60.47 7A and over Cranes: 20 Tons Through $58.17 7A 44 Tons With Attachments Cranes: 100 Tons $59.28 7A Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) 3C 3C 8P 8P 8P 8P 8P 3C 8P 3C 3C 8P 8P 3C 8P 3C 3C 8P 8P 3C 8P 3C 3C 3C 8P 8P 8P 13/22 3/24/2017 King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King King King King Power Equipment Operators- Underground Sewer & Water about:blank Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments Cranes: 300 tons and over or 300' of boom including jib with attachments Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) Cranes: A -frame - 10 Tons And Under Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P $60.47 7A $58.69 7A $55.21 $59.88 Cranes: Through 19 Tons $57.72 With Attachments A- frame Over 10 Tons Power Equipment Operators- Underground Sewer & Water Crusher Power Equipment Operators- Underground Sewer & Water Deck Engineer /deck Winches (power) Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work King Power Equipment Operators- Underground Sewer & Water Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King King King $58.17 $58.17 $58.69 3C 8P 3C 8P 7A 3C 7A 7A 7A 7A 7A Dozers D -9 & Under $57.72 7A Drill Oilers: Auger Type, Truck Or Crane Mount Drilling Machine Power Equipment Operators- Underground Sewer & Water Elevator And Man -lift: Permanent And Shaft Type Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment about:blank Finishing Machine, Bidwell And Gamaco & Similar Equipment Forklift: 3000 Lbs And $57.72 7A Over With Attachments $57.72 7A $59.28 7A $55.21 7A $58.17 7A 3C 8P 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P Forklifts: Under 3000 $55.21 7A 3C 8P 14/22 3/24/2017 Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water King King about:blank Lbs. With Attachments Grade Engineer: Using Blue Prints, Cut Sheets, Etc G radec hec ker/ stakem an Guardrail Punch Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water about:blank Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards Horizontal /directional Drill Locator Horizontal /directional Drill Operator Hydralifts /boom Trucks Over 10 Tons Hydralifts /boom Trucks, 10 Tons And Under Loader, Overhead 8 Yards. Et Over $58.17 $55.21 $58.17 $58.69 Loader, Overhead, 6 Yards. But Not Including 8 Yards Loaders, Overhead Under 6 Yards Loaders, Plant Feed $58.17 $57.72 $58.17 $57.72 Loaders: Elevating Type Belt Locomotives, All $55.21 $59.28 $58.69 7A 7A 7A 7A $58.17 $58.17 $57.72 7A 7A 7A 7A $58.17 7A 3C 3C 3C 3C 7A 7A 7A 7A 3C 3C 3C 3C 7A 7A 3C 3C 8P 8P 8P 3C 3C 3C 8P 8P 8P 8P 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 15/22 3/24/2017 King Power Equipment Operators- Underground Sewer & Water Power Equipment Operators- Underground Sewer Et Water King King Power Equipment Operators- Underground Sewer Et Water about:blank Material Transfer Device $58.17 ZA Mechanics, All (leadmen $59.28 - $0.50 Per Hour Over Mechanic) Motor Patrol Graders $58.69 King Power Equipment Operators- Underground Sewer Et Water Mucking Machine, Mote, $58.69 Tunnel Drill, Boring, Road Header And /or Shield King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King King King King King King King King King Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer & Water Power Equipment Operators- Underground Sewer & Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator Outside Hoists (elevators And Manlifts), Air Tuggers, strato Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Overhead, Bridge Type: 100 Tons And Over Overhead, Bridge Type: 45 Tons Through 99 Tons Pavement Breaker Pile Driver (other Than Crane Mount) Plant Oiler - Asphalt, Crusher Posthole Digger, Mechanical $55.21 $57.72 $58.17 $59.28 $58.69 $55.21 $58.17 $57.72 $55.21 Power Equipment Operators- Underground Sewer & Water Power Plant $55.21 Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water about:blank Pumps - Water $55.21 7A 7A 7A 7A 7A 7A 7A 7A 7A ZA 31 2 3C 8P 14 2. 1c 2 K 2 3C 8P K 31 3C 31 IC 3C 31 8P 8P 8P 2 8P 8P 7A 3C 8P 7A Quad 9, Hd 41, D10 And $58.69 7A Over 3C 8P 3C 8P 16/22 King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Underground Sewer Et Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom Remote Control Operator On Rubber Tired Earth Moving Equipment $55.21 7A 1c E $58.69 7A 3C 8P Rigger And Bellman $55.21 7A Rigger /Signal Person, $57.72 7A Bellman (Certified) Rollagon $58.69 7A 3C 8P IC 8P 3C 8P Roller, Other Than Plant $55.21 7A 3C 8P Mix Roller, Plant Mix Or $57.72 7A 3C 8P Multi -lift Materials Roto -mill, Roto - grinder $58.17 7A Saws - Concrete $57.72 7A Scraper, Self Propelled $58.17 7A Under 45 Yards E. 8P 3C 8P 31 8P Scrapers - Concrete Et $57.72 7A 3C 8P Carry All Scrapers, Self - propelled: $58.69 7A 3C 8P 45 Yards And Over Service Engineers - Equipment Shotcrete /gunite Equipment $57.72 7A 3C 8P $55.21 7A 3C 8P Shovel, Excavator, $57.72 7A Backhoe, Tractors Under 15 Metric Tons. 3C 8P King Power Equipment Operators- Underground about:blank Shovel, Excavator, $58.69 7A Backhoe: Over 30 Metric 3C 8P 17/22 3/24/2017 about:blank King King King Sewer & Water Power Equipment Operators- Underground Sewer Et Water Tons To 50 Metric Tons Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $58.17 $59.28 $59.88 King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $58.69 King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King King King Power Equipment Operators- Underground Sewer & Water Power Equipment Operators- Underground Sewer & Water Power Equipment Operators- Underground Sewer & Water King Power Equipment about:blank Spreader, Topsider Et Screedman Subgrader Trimmer Tower Bucket Elevators Tower Crane Up To 175' In Height Base To Boom Tower Crane: over 175' through 250' in height, base to boom Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oiler /driver - 100 Tons And Over Truck Crane Oiler /driver Under 100 Tons $58.69 $58.17 $57.72 $59.28 $59.88 $60.47 $58.69 7A 3C 7A 3C 7A 3C 8P 8P 8P 7A 3C 8P 7A 3C 7A 3C 7A 7A 7A 7A 7A $57.72 7A $58.17 $57.72 Truck Mount Portable Conveyor $58.17 7A 7A 7A 3C 8P 8P 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 8P 3C 3C 3C 8P 8P 8P Welder $58.69 7A 3C 8P 18/22 Tree Trimmer Groundperson 3/24/2017 about:blank Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King King King King King King Wheel Tractors, Farman Type Yo Yo Pay Dozer Journey Level In Charge Spray Person Tree Equipment Operator Tree Trimmer Refrigeration & Air Conditioning Mechanics Journey Level Residential Brick Mason Residential Carpenters Residential Cement Masons Residential Drywall Applicators King Residential Drywall Tapers King Residential Electricians King Residential Glaziers King Residential Insulation Applicators King Residential Laborers King Residential Marble Setters King Residential Painters King Residential Plumbers & Pipefitters King Residential Refrigeration 8. Air Conditioning Mechanics King Residential Sheet Metal Workers King Residential Soft Floor Layers King Residential Sprinkler Fitters (Fire Protection) King Residential Stone Masons King Residential Terrazzo about:blank Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level $55.21 $58.17 Journey Level Journey Level Journey Level Journey Level (Field or Shop) Journey Level Journey Level Journey Level Journey Level $47.08 $44.64 $47.08 $42.01 $31.65 $75.36 $54.32 $28.20 $22.64 $41.69 7A 7A 5A 5A 5A 5A 5A 6Z 5A 5D $55.66 5P $30.44 $39.40 7L $26.28 $23.03 $24.09 $24.46 $34.69 $75.36 $45.99 $45.86 $44.98 3C 8P 3C 8P 4A 4A 4A 6Z 7F 5A 5C 4A 4A 1G 1M 4C 1E 1 1H 1G 1R 3D 2R $54.32 5A 1M $50.26 5A 1M 19/22 3/24/2017 about:blank King King King King King King King King King King Workers Residential Terrazzo /Tile Finishers Residential Tile Setters Roofers Roofers Sheet Metal Workers Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Shipbuilding Shipbuilding Et Ship Repair Et Ship Repair Et Ship Repair King Shipbuilding Et Ship Repair King King King King King King King King King King King King King King Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Journey Level Journey Level Journey Level Using Irritable Bituminous Materials Journey Level (Field or Shop) Boilermaker Carpenter Electrician Heat Et Frost Insulator Laborer Machinist Operator Painter Pi pef i tter Rigger Sheet Metal Shipfitter $21.46 $25.17 $47.51 $50.51 $75.46 5A 5A 3H 3H 7F 1E $41.72 7M $41.06 7T $41.09 7T $65.68 5J $41.08 7T $41.32 7T $41.03 7T 7T 7T 7T $41.04 7T $41.12 7T 7T $41.02 7T $41.12 7T $22.92 $41.05 $41.05 $41.12 Shipbuilding Et Ship Repair Trucker $41.26 Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Sign Makers Et Installers (Electrical) Sign Makers Et Installers (Electrical) Sign Makers Et Installers (Non - Electrical) Sign Makers Et Installers (Non- Electrical) Soft Floor Layers King Solar Controls For Windows King King King King King about:blank Sprinkler Fitters (Fire Protection) Stage Rigging Mechanics (Non Structural) Stone Masons Street And Parking Lot Sweeper Workers Surveyors Warehouse Welder /Burner Sign Installer Sign Maker Sign Installer Sign Maker Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level $21.36 $27.28 $33.25 $45.86 5A $12.44 $72.89 $13.23 5C $54.32 5A $19.09 Assistant Construction $57.72 Site Surveyor 7A 1H 2B 4B 4H 4B 4B 4B 4B 4B 4B 4B 4B 4B 4B 4B 3D 1X 1M 3C 8P 20/22 3/24/2017 King Surveyors King Surveyors King Telecommunication Technicians King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside King Telephone Line Construction - Outside King Telephone Line Construction - Outside King Terrazzo Workers King Tile Setters King Tile, Marble Et Terrazzo Finishers King Traffic Control Stripers King Truck Drivers King King King King Truck Drivers King Truck Drivers King Truck Drivers King Truck Drivers about:blank about:blank Chainman Construction Site Surveyor Journey Level Cable Splicer Hole Digger /Ground Person Installer (Repairer) Special Aparatus Installer I Special Apparatus Installer II $57.17 7A 3C 8P $58.69 7A $22.76 $38.84 $21.45 5A $37.21 5A $38.84 5A $38.03 5A 3C 5A 2B Telephone Equipment $38.84 5A Operator (Heavy) Telephone Equipment $36.09 5A Operator (Light) Telephone Lineperson $36.09 5A Television Groundperson $20.33 5A Television $27.21 5A Li neperson /Installer Television System $32.55 5A Tec hnician Television Technician $29.18 5A Tree Trimmer $36.09 5A Journey Level Journey Level Finisher $50.26 5A $21.65 $41.09 5A Journey Level $44.85 7A Asphalt Mix Over 16 $52.70 5D Yards (W. WA -Joint Council 28) Asphalt Mix To 16 Yards $51.86 5D (W. WA -Joint Council 28) Dump Truck Et Trailer $52.70 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 2B 1M 1 1B 1K 3A 3A 5D 3A 8P 8L 8L 8L Dump Truck (W. WA- $51.86 8L Joint Council 28) Other Trucks (W. WA- $52.70 5D 3A 8L 5D 3A 21/22 3/24/2017 about:blank about:blank 1 Joint Council 28) I King Truck Drivers King King King Well Drillers &t Irrigation Pump Installers Well Drillers a Irrigation Pump Installers Well Drillers 8 Irrigation Pump Installers Transit Mixer Irrigation Pump Installer Oiler Well Driller $43.23 1 $17.71 $12.97 $18.00 22/22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one -half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four -ten hour schedule, shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. Q. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one -half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make -up days due to conditions beyond the control of the employer)) shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one -half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight -time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one -half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one -half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one -half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one -half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one -half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one -half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1 -1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make -up day at the straight time rate. However, Saturday shall not be utilized as a make -up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE -HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1 -1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1 -1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1 -1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one -half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one -half (1 -1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four -day, ten -hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four -day, ten hour work week, and Saturday shall be paid at one and one half (11/2) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one -half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one -half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). and Christmas Day Thanksgiving Day, Thanksgiving Day, L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half -Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating 6 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). Holiday Codes Continued 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls 7 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$2.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$3.00 per Foot for Each Foot Over 100 Feet Over 150' To 220' -$4.00 per Foot for Each Foot Over 150 Feet Over 220' -$5.00 per Foot for Each Foot Over 220 Feet Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100' -$1.00 per Foot for Each Foot Over 50 Feet Over 100' To 150' -$1.50 per Foot for Each Foot Over 100 Feet Over 150' To 200' -$2.00 per Foot for Each Foot Over 150 Feet Over 200' - Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 9 Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. 10 I3/24/2017 https: / /www.wdol.gov/wdol /scafiles /davisbacon/WAl.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 General Decision Number: WA170001 03/03/2017 WA1 Superseded General Decision Number: WA20160001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2017. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov /whd /govcontracts. Modification Number Publication Date 0 01/06/2017 1 01/13/2017 2 02/03/2017 3 02/10/2017 4 03/03/2017 CARP0001 -008 06/01/2015 Rates Fringes CARPENTER GROUP 1 $ 27.61 14.00 GROUP 2 $ 41.86 14.49 GROUP 3 $ 32.97 14.00 GROUP 4 $ 31.94 14.00 GROUP 5 $ 73.44 14.00 GROUP 6 $ 35.02 14.00 GROUP 7 $ 36.72 14.00 GROUP 8 $ 33.27 14.00 GROUP 9 $ 35.02 14.00 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, machine erector https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 1/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4 GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge carpenters GROUP 5: Diver Wet GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby, Bell /Vehicle or Submersible operator Not Under Pressure GROUP 8: Assistant Tender, ROV Tender /Technician GROUP 9: Manifold Operator -Mixed Gas ZONE PAY: ZONE 1 0 -40 MILES FREE ZONE 2 41 -65 MILES $2.25 /PER HOUR ZONE 3 66 -100 MILES $3.25 /PER HOUR ZONE 4 OVER 100 MILES $4.75 /PER HOUR DISPATCH POINTS: CARPENTERS /MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS /PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE.) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite). CARPENTERS: MOSCOW (302 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite). DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50 -100 feet $2.00 per foot 101 -150 feet $3.00 per foot 151 -220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0 -25 feet Free 26 -300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 2/42 I3/24/2017 https: //www.wdol.gov/wdol /scafiles /davisbacon/WA1.dvb?v =4 1 pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. HAZMAT PROJECTS: Anyone working on a HAZMAT job (task), where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit ". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line. CARP0003 -006 10/01/2011 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS(Piledriver only), PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean), SKAMANIA AND WAHKIAKUM COUNTIES and INCLUDES THE ENTIRE PENINSULA WEST OF WILLAPA BAY SEE ZONE DESCRIPTION FOR CITIES BASE POINTS ZONE 1: Rates Fringes Carpenters: CARPENTERS $ 32.04 14.18 DIVERS TENDERS $ 36.34 14.18 DIVERS $ 77.08 14.18 DRYWALL $ 27.56 14.18 MILLWRIGHTS $ 32.19 14.18 PILEDRIVERS $ 33.04 14.18 DEPTH PAY: https://www.wdol.gov/wdol/scafiIes/davisbacon'WAl .dvb?v =4 3/42 3/24/2017 https: / /www.wdol. gov /wdol/ scafiles /davisbacorVWA1.dvb ?v =4 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Zone Zone Zone Zone Zone Differential (Add up Zone 1 rates): 2 - $0.85 3 - 1.25 4 - 1.70 5 - 2.00 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point.) ZONE 1: Projects located within 30 miles city hall of the above mentioned cities ZONE 2: Projects located more than miles of the respective city of the ZONE 3: Projects located more than miles of the respective city of the ZONE 4: Projects located more than miles of the respective city of the ZONE 5: Projects located more than miles of the respective city of the ZONE 6: Projects located more than city of the above mentioned cities of the respective 30 miles and less than 40 above mentioned cities 40 miles and less than 50 above mentioned cities 50 miles and less than 60 above mentioned cities. 60 miles and less than 70 above mentioned cities 70 miles of the respected * CARP0770 -003 06/01/2016 Rates Fringes CARPENTER CENTRAL WASHINGTON: CHELAN, DOUGLAS (WEST OF THE 120TH MERIDIAN), KITTITAS, OKANOGAN (WEST OF THE 120TH MERIDIAN) AND YAKIMA COUNTIES $ 40.92 14.59 CARPENTERS ON CREOSOTE MATERIAL $ 40.46 13.66 CARPENTERS $ 40.36 13.66 DIVERS TENDER $ 35.02 14.00 DIVERS $ 73.44 14.00 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS https://www.wdol.gov/wdol/scafiles/davisbaconANA1.dvb?v=4 4/42 1 1 1 3/24/2017 https:// www. wdol. gov/ wdol/scafiIes /davisbacon/WA1.dvb?v =4 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Auburn Renton Aberdeen - Hoquiam Ellensburg Centralia Chelan Olympia Bremerton Shelton Tacoma Everett Mount Vernon Pt. Townsend Zone Pay: 0 -25 radius miles 26 -35 radius miles 36 -45 radius miles 46 -55 radius miles Over 55 radius miles Free $1.00 /hour $1.15 /hour $1.35 /hour $1.55 /hour Bellingham Anacortes Yakima Wenatchee Port Angeles Sunnyside (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles 26 -45 radius miles Over 45 radius miles Free $ .70 /hour $1.50 /hour * CARP0770 -006 06/01/2016 Rates Fringes CARPENTER WESTERN WASHINGTON: CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS (excludes piledrivers only), MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES BRIDGE CARPENTERS $ 40.92 14.59 CARPENTERS ON CREOSOTE MATERIAL $ 40.46 13.66 CARPENTERS $ 40.92 14.59 DIVERS TENDER $ 44.67 13.66 DIVERS $ 93.56 13.66 https: / /www.wdol.gov/wdol /scafi Ies /davi sbacon/WA1.dvb?v =4 5/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davlsbacon/WA1.dvb?v =4 MILLWRIGHT AND MACHINE ERECTORS $ 41.86 13.66 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING $ 40.61 13.66 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles $1.35 /hour Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour Over 45 radius miles $1.50 /hour * ELEC0046 -001 02/06/2017 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER $ 46.87 3% +15.96 ELECTRICIAN $ 47.56 3% +19.31 * ELEC0048 -003 01/01/2017 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 Fringes 6/42 1 3/24/2017 https://www.wdol.gov/wdol/ scafiles /davisbaconNVA1.dvb?v =4 CABLE SPLICER $ 44.22 ELECTRICIAN $ 40.20 HOURLY ZONE PAY: 21.50 22.18 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31 -50 miles $1.50 /hour Zone 2: 51 -70 miles $3.50 /hour Zone 3: 71 -90 miles $5.50 /hour Zone 4: Beyond 90 miles $9.00 /hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ELEC0048 -029 01/01/2017 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER $ 44.22 21.50 ELECTRICIAN $ 40.20 22.18 ELEC0073 -001 07/01/2016 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER $ 34.10 16.68 ELECTRICIAN $ 31.50 17.60 ELEC0076 -002 09/01/2016 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER $ 40.05 24.49 ELECTRICIAN $ 36.41 24.38 ELEC0112 -005 06/01/2016 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES https: / /www.wdol. gov / wdol / scafiles /davisbacon/WA1.dvb?v =4 7/42 3/24/2017 https: //www.wdol.gov/wdol /scafiles /davisbaconNVA1.dvb?v =4 Rates Fringes CABLE SPLICER $ 42.32 ELECTRICIAN $ 40.30 18.95 18.89 ELEC0191 -003 06/01/2016 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER $ 44.23 ELECTRICIAN $ 42.30 17.73 18.89 ELEC0191 -004 06/01/2016 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates CABLE SPLICER $ 40.82 ELECTRICIAN $ 39.40 Fringes 17.63 18.80 ENGI0302 -003 06/01/2016 CHELAN (WEST OF THE 120TH MERIDIAN), CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN), GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN), SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0 -25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR Group 1A $ 40.68 18.60 Group 1AA $ 41.28 18.60 Group 1AAA $ 41.87 18.60 Group 1 $ 40.09 18.60 Group 2 $ 39.57 18.60 Group 3 $ 39.12 18.60 Group 4 $ 36.61 18.60 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima https://www.wdol.gov/wdol/scafiles/davisbacon/VVA1.dvb?v=4 8/42 I3/24/2017 https:// www. wdol. gov/ wdol /scafiIes /davisbacon/WA1.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments); Tower crane over 175 ft in height, base to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9, HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers -self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper); Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - overhead, bridge type -20 tons through 44 tons; Chipper; Concrete Pump -truck mount with boom attachment; Crusher; Deck Engineer /Deck Winches (power); Drilling machine; Excavator, shovel, backhoe- 3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal /directional drill operator; Loaders - overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics -all; Mixers - asphalt plant; Motor patrol graders- finishing; Piledriver (other than crane mount); Roto - mill,roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self propelled, hard tail end dump, articulating off -road equipment -under 45 yards; Subgrade trimmer; Tractors, backhoes -over 75 hp; Transfer material service machine - shuttle buggy, blaw knox - roadtec; Truck crane oiler /driver -100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes -thru 19 tons with attachments; A -frame crane over 10 tons; Drill oilers -auger type, truck or crane mount; Dozers -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loader - elevating type, belt; Motor patrol grader- nonfinishing; Plant oiler- asphalt, crusher; Pumps- concrete; Roller, plant mix or multi -lift materials; Saws- concrete; Scrpers- concrete and carry -all; Service https:// www. wdol. gov/ wdol/scafiIes /davisbacoNWA1.dvb?v =4 9/42 3/24/2017 https:// www. wdol. gov/ wdol/ scafiles /davisbaconNVAl.dvb?v =4 engineer- equipment; Trenching machines; Truck Crane Oiler /Driver under 100 tons; Tractors, backhoe 75 hp and under GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine -laser screed; Cranes -A frame -10 tons and under; Elevator and Manlift- permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H -2 Class "C" Suit Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ENGI0370 -002 06/01/2016 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN), COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN), FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN), PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 26.66 14.55 GROUP 2 $ 26.98 14.55 GROUP 3 $ 27.59 14.55 GROUP 4 $ 27.75 14.55 GROUP 5 $ 27.91 14.55 GROUP 6 $ 28.19 14.55 GROUP 7 $ 28.46 14.55 GROUP 8 $ 29.56 14.55 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 10/42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4 ZONE DIFFERENTIAL (Add to Zone 1 rate): Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power); Deck Hand; Fireman & Heater Tender; Hydro- seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator), except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler- Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A -frame Truck (single drum); Assistant Refrigeration Plant (under 1000 ton); Assistant Plant Operator, Fireman or Pugmixer (asphalt); Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement); Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power); Concrete Saw (multiple cut); Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated); Fork Lift or Lumber Stacker, hydra -lift & similar; Gin Trucks (pipeline); Hoist, single drum; Loaders (bucket elevators and conveyors); Longitudinal Float; Mixer (portable- concrete); Pavement Breaker, Hydra- Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self - propelled); Railroad Power Tamper Operator (self - propelled); Railroad Tamper Jack Operator (self - propelled; Spray Curing Machine (concrete); Spreader Box (self - propelled); Straddle Buggy (Ross & similar on construction job only); Tractor (Farm type R/T with attachment, except Backhoe); Tugger Operator GROUP 3: A -frame Truck (2 or more drums); Assistant Refrigeration Plant & Chiller Operator (over 1000 ton); Backfillers (Cleveland & similar); Batch Plant & Wet Mix Operator, single unit (concrete); Belt -Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar); Bending Machine; Bob Cat (Skid Steer); Boring Machine (earth); Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar); Bump Cutter (Wayne, Saginau or similar); Canal Lining Machine (concrete); Chipper (without crane); Cleaning & Doping Machine (pipeline); Deck Engineer; Elevating Belt -type Loader (Euclid, Barber Green & similar); Elevating Grader -type Loader (Dumor, Adams or similar); Generator Plant Engineers (diesel or electric); Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet); Soil Stabilizer (P & H or similar); Spreader Machine; Dozer /Tractor (up to D -6 or equivalent) and Traxcavator; Traverse Finish Machine; https: / /www.wdol.gov/wdol /scafi Ies /davisbaconNVAI .dvb?v =4 11/42 3/24/2017 https: //www.wdol.gov/wdol / scafiles /davisbacon/WAl.dvb?v =4 Turnhead Operator GROUP 4: Concrete Pumps (squeeze - crete, flow - crete, pump - crete, Whitman & similar); Curb Extruder (asphalt or concrete); Drills (churn, core, calyx or diamond); Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist); Loaders (overhead & front -end, under 4 yds. R /T); Refrigeration Plant Engineer (under 1000 ton); Rubber -tired Skidders (R /T with or without attachments); Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity); Turnhead (with re- screening); Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw); Backhoe & Hoe Ram (under 3/4 yd.); Carrydeck & Boom Truck (under 25 tons); Cranes (25 tons & under), all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons); Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar); Hoe Ram; Piledriving Engineers; Paving (dual drum); Railroad Track Liner Operaotr (self - propelled); Refrigeration Plant Engineer (1000 tons & over); Signalman (Whirleys, Highline Hammerheads or similar); Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers)(Autograde, ABC, R.A. Hansen & similar on grade wire); Backhoe (45,000 gw and over to 110,000 gw); Backhoes & Hoe Ram (3/4 yd. to 3 yd.); Batch Plant (over 4 units); Batch & Wet Mix Operator (multiple units, 2 & incl. 4); Blade Operator (motor patrol & attachments); Cable Controller (dispatcher); Compactor (self - propelled with blade); Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons), all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front -end & overhead, 4 yds. incl. 8 yds.); Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete); Quad -Track or similar equipment; Rollerman (finishing asphalt pavement); Roto Mill (pavement grinder); Scrapers, all, rubber - tired; Screed Operator; Shovel(under 3 yds.); Trenching Machines (7 ft. depth & over); Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator ( REcycle Train); Lime Brain Operator (Recycle Train); Mobile Crusher Operator (Recycle Train) GROUP 7: Backhoe (over 110,000 gw); Backhoes & Hoe Ram (3 yds & over); Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning /Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons), all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over); Elevating Belt (Holland type); Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar); Loaders (overhead & front -end, over 8 yds. to 10 yds.); Rubber -tired Scrapers (multiple engine with three or more scrapers); Shovels (3 yds. & over); Whirleys & Hammerheads, https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 12/42 I3/24/2017 https: / /www.wdol. gov / wdol/ scafiles /davisbacon/WA1.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar); Ultra High Pressure Wateriet Cutting Tool System Operator (30,000 psi); Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower), all attachments including clamshell, dragline; Loaders (overhead and front -end, 10 yards and over); Helicopter Pilot BOOM PAY: (A11 Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ENGI0612 -012 06/01/2014 LEWIS,PIERCE, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0 -25 radius miles): Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A $ 38.39 17.40 GROUP 1AA $ 38.96 17.40 GROUP 1AAA $ 39.52 17.40 GROUP 1 $ 37.84 17.40 GROUP 2 $ 37.35 17.40 GROUP 3 $ 36.93 17.40 GROUP 4 $ 34.57 17.40 Zone Differential (Add to Zone 1 rates): Zone 2 (26 -45 radius miles) = $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes -over 300 tons or 300 ft of boom https: / /www.wdol.gov /wdol /scafi Ies /davisbacon/WA1.dvb?v =4 13/42 3/24/2017 https://www.wdol.gov/wdol/scafiles/davisbacorWVA1.dvb?v=4 (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP 1A - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders - overhead, 8 yards and over; Shovels, excavator, backhoes -6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments); Crane - overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off -road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and /or shield; Quad 9 HD 41, D -10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers - self- propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper); Batch Plant Operator - concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane - Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump -truck mount with boom attachment; Crusher; Deck engineer /deck winches (power); Drilling machine; Excavator, shovel, backhoe -3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders -plant feed; Locomotives -all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount); Roto -mill, roto- grinder; Screedman, spreader, topside operator -Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper -self- propelled, hard tail end dump, articulating off -road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine - shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler /driver -100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane -A -frame over 10 tons; Drill oilers -auger type, truck or crane mount; Dozer -D -9 and under; Forklift -3000 lbs. and over with attachments; Horizontal /directional drill locator; Outside Hoists - (elevators and manlifts), air tuggers, strato tower bucket elevators; Hydralifts /boom trucks over 10 tons; Loaders - elevating type, belt; Motor patrol grader - nonfinishing; Plant oiler- asphalt, crusher; Pump- Concrete; Roller, plant mix or multi -lfit materials; Saws - concrete; Scrapers, concrete and carry all; Service engineers- equipment; Trenching machines; Truck crane oiler /driver under 100 tons; Tractors, backhoe under 75 hp https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 14/42 3/24/2017 https:// www. wdol. gov/ wdol/ scafiles /davisbacon/WA1.dvb?v =4 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine -laser screed; Cranes A -frame 10 tons and under; Elevator and manlift (permanent and shaft type); Forklifts -under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts /boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger - mechanical; Power plant; Pumps - water; Rigger and Bellman; Roller -other than plant mix; Wheel Tractors, farmall type; Shotcrete /gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc.) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class "D" Suit - Base wage rate plus $ .50 per hour. H -2 Class "C" Suit - Base wage rate plus $1.00 per hour. H -3 Class "B" Suit - Base wage rate plus $1.50 per hour. H -4 Class "A" Suit - Base wage rate plus $2.00 per hour. ENGI0701 -002 01/01/2015 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1 $ 39.47 14.10 GROUP 1A $ 41.44 14.10 GROUP 1B $ 43.42 14.10 GROUP 2 $ 37.58 14.10 GROUP 3 $ 36.44 14.10 GROUP 4 $ 35.36 14.10 https: / /www.wdol .gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 15/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 GROUP 5 $ 34.13 GROUP 6 $ 30.94 Zone Differential (add to Zone 1 rates): Zone 2 - $3.00 Zone 3 - $6.00 14.10 14.10 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens "Blast Zone" shall receive Zone I pay for all classifications. All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200') boom or less (including jib, inserts and /or attachments); Crane, ninety (90) ton through https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 16/42 I3/24/2017 https:// www. wdol. gov/ wdol/ scafiles /davisbaconNVAl.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 one hundred ninety nine (199) ton with over two hundred (200') boom Including jib, inserts and /or attachments); Crane, Tower Crane with one hundred seventy five foot (175') tower or less and with less than two hundred foot (200') jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group 1A Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200') boom (including jib, inserts and /or attachments); Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175') tower or over two hundred foot (200') jib; Crane, tower Crane on rail system or 2nd tower or more in work radius Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200') boom (including jib, inserts and /or attachments); Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type); Asphalt Roto -Mill, pavement profiler eight foot (8') lateral cut and over; Auto Grader or "Trimmer "; Blade, Robotic; Bulldozer, Robotic Equipment (any type); Bulldozer, over one hundred twenty thousand (120,000) lbs. and above; Concrete Batch Plant and /or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required); Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150') boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty -five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200') of boom (including jib inserts and /or attachments); Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150') boom (including jib inserts and /or attachments); Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120,000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70,000) lbs. up to and including one hundred twenty thousand (120,000) lbs.; Crane, Boom Truck fifty (50) ton and over with less than https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 17/42 3/24/2017 https: //www.wdol.gov/wdol/ scafiles /davisbacon/VVA1.dvb?v =4 one hundred fifty foot (150') boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150') boom or less (including jib inserts and /or attachments); Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds.; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs.; Loader sixty thousand (60,000) lbs. and less than one hundred twenty thousand (120,000) lbs. Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto -Mill, pavement profiler, under eight foot (8') lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type); Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70,000) lbs.; Cable -Plow (any type); Cableway up to twenty five (25) ton; Cat Drill (John Henry); Chippers; Compactor, multi- engine; Compactor, Robotic; Compactor with blade self - propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100') in height and less than one hundred fifty foot (150') jib (on rail included); Diesel - Electric Engineer (Plant or Floating); Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and /or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80,000) lbs.; Generator Operator; Grade -all; Guardrail Machines, i.e. punch, auger, etc.; Hammer Operator (Piledriver); Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type); Jack Operator, Elevating Barges, Barge Operator, self - unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60,000) lbs.; Log Skidders; Piledriver Operator (not crane type); Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi- Purpose; Rubber -tired Dozers and Pushers; Scraper, all types; Side -Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type); Surface Heater and Planer; Tractor, rubber - tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3') depth and deeper; Tub Grinder (used for wood debris); Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; https:// www. wdol. gov/ wdol/scafiles /davisbacoNWAl.dvb?v =4 18/42 I3/24/2017 https: //www.wdol.gov/wdol /scafiles /davisbaCONWA1.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Vacuum Blasting Machine Operator; Water pulls, Water wagons Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix); Asphalt, Roto -Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self - propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and /or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8') or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type); Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20,000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs.; Hydraulic Backhoe wheel type (any make); Laser Screed; Loaders, rubber -tired type, less than twenty five thousand (25,000) lbs.; Pavement Grinder and /or Grooving Machine (riding type); Pipe, cast in place Pipe Laying Machine; Pulva -Mixer or similar types; Pump Operator, more than five (5) pumps (any size); Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser); Sweeper Self- Propelled; Tractor, Rubber - Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3') depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type); Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard); Broom, self - propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type); Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc.); Oiler; Plant Oiler; Pump (any power); Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self - propelled; Rigger; Roller grading (not asphalt); Truck, Crane Oiler- Driver https:// www. wdol. gov/ wdol/scafiles /davisbacoNWAl.dvb?v =4 19/42 3/24/2017 https:// www. wdol. gov/ wdol/scafiIes /davisbacon/WA1.dvb?v =4 IRON0014 -005 07/01/2016 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER $ 32.89 24.56 IRON0029 -002 07/01/2015 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER $ 34.12 23.04 IRON0086 -002 07/01/2016 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates IRONWORKER $ 32.89 Fringes 24.56 IRON0086 -004 07/01/2016 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER $ 40.52 24.71 LAB00238 -004 06/01/2016 PASCO AREA: ADAMS, BENTON, COLUMBIA,DOUGLAS (East of 120th Meridian), FERRY, FRANKLIN, GRANT, OKANOGAN, WALLA WALLA SPOKANE AREA: ASOTIN, GARFIELD, LINCOLN, PEND OREILLE, SPOKANE, STEVENS & WHITMAN COUNTIES Rates Fringes LABORER (PASCO) GROUP 1 $ 23.51 11.40 GROUP 2 $ 25.61 11.40 GROUP 3 $ 25.88 11.40 GROUP 4 $ 26.15 11.40 GROUP 5 $ 26.43 11.40 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WAl.dvb?v =4 20/42 3/24/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 LABORER (SPOKANE) GROUP 1 $ 23.51 11.40 GROUP 2 $ 25.61 11.40 GROUP 3 $ 25.88 11.40 GROUP 4 $ 26.15 11.40 GROUP 5 $ 26.43 11.40 Zone Differential (Add to Zone 1 rate): $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson); Window Washer /Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean -up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine,6 inches and smaller); Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean -up, burning, loading, wrecking and salvage of all material); Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right -of -way markers); Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal); Miner, Class "A" (to include all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper); Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel); Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures); Tailhoseman (water nozzle); Timber Bucker and Faller (by hand); Track Laborer (RR); Truck Loader; Well -Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non - mechanical; Driller Tender (when required to move and position machine); Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical "splash suit" and air purifying respirator); Jackhammer Operator; Miner, Class "B" (to include brakeman, finisher, https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 21/42 3/24/2017 https://www.wdol.gov/wdol/scafiles/davisbacon/WA1.dvb?v=4 vibrator, form setter); Nozzleman (to include squeeze and flo -crete nozzle); Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs.); Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers); Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled); Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high); Gunite (to include operation of machine and nozzle); Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Laser Beam Operator (to include grade checker and elevation control); Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels); Monitor Operator (air track or similar mounting); Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs., jet blast machine power propelled, sandblast nozzle); Pavement Breaker (90 lbs. and over); Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer); Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line); Miner Class "D ", (to include raise and shaft miner, laser beam operator on riases and shafts) LAB00238 -006 06/01/2016 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier $ 25.61 11.40 LAB00252 -010 06/01/2014 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST), PIERCE, AND THURSTON COUNTIES https:// www. wdol. gov/ wdal /scafiles /davisbaconNVAl.dvb?v =4 22/42 I3/24/2017 https: / /www.wdol. gov / wdol/ scafiles /davisbacon/WA1.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Rates Fringes LABORER GROUP 1 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material https: / /www.wdol .gov /wdol /scafi Ies /davi sbacon/WA1.dvb?v =4 23/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4 Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). LAB00292 -008 06/01/2014 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): https:// www. wdol .gov/wdol /scafiIes /davisbacon/ VA1.dvb?v =4 24/42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacoNWA1.dvb?v =4 ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 25/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 glas operated tool; Timber Person -sewer Gagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). LAB00335 -001 06/01/2013 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN), SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1 $ 28.65 10.05 GROUP 2 $ 29.25 10.05 GROUP 3 $ 29.69 10.05 GROUP 4 $ 30.07 10.05 GROUP 5 $ 26.15 10.05 GROUP 6 $ 23.73 10.05 GROUP 7 $ 20.53 10.05 Zone Differential (Add to Zone 1 rates): Zone 2 $ 0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: GOLDENDALE, LONGVIEW, AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change -House Man or Dry Shack Man; Choker Setter; Clean -up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew); Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 1 3/24/2017 https:// www. wdol. gov/ wdol/scafiles /davisbacon/WA1.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Strippers (not swinging stages); General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types); Loading Spotters; Material Yard Man (including electrical); Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms); Rip Rap Man (hand placed); Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor); Toolroom Man (at job site); Tunnel Bullgang (above ground); Weight -Man- Crusher (aggregate when used) GROUP 2: Applicator (including pot power tender for same), applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw); Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman -Green Cutter (concrete, rock, etc.); Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime); Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers); Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet); Stake - Setter; Tunnel - Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber - mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring -down, or sloping and stripping); Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling); Pumperete Nozzlemen; Sand Blasting (Dry); Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel -Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls); Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying)- applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman -Dinky Locomotive - Tunnel; Powderman - Tunnel; Shield Operator - Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers LAB00335 -019 09/01/2013 https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 27/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4 Rates Fringes Hod Carrier $ 30.47 10.05 LAB00348 -003 06/01/2014 CHELAN, DOUGLAS (W OF 12TH MERIDIAN), KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1 $ 18.95 10.30 GROUP 2 $ 21.76 10.30 GROUP 3 $ 23.85 10.30 GROUP 4 $ 24.43 10.30 GROUP 5 $ 24.85 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator https:// www. wdol. gov/ wdol/scafiles /davisbacon/VVA1.dvb?v =4 28/42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical "splash suit "); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). LAB00440 -001 06/01/2014 KING COUNTY Rates Fringes LABORER GROUP 1 $ 22.49 10.30 GROUP 2 $ 25.79 10.30 GROUP 3 $ 32.29 10.30 GROUP 4 $ 33.08 10.30 GROUP 5 $ 33.62 10.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. https:// www. wdol. gov/ wdol/scafiles /davisbaconM/A1.dvb?v =4 29/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacoNVVA1.dvb?v =4 TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer /Cleaner (detail clean -up, such as but not limited to cleaning floors, ceilings, walls, windows, etc., prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs.); Choker Setter; Chuck Tender; Clean -up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material); Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical "splash suit" and air purifying respirator); Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site); Topper - Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper- Paving; Chipping Gun (over 30 lbs.); Clary Power Spreader; Concrete Dumper /Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac); Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is https://www.wdol.gov/wdol/scafiles/davisbacoNWA1.dvb?v=4 1 1 1 3/24/2017 https:// www. wdol .gov/wdol/scafiles /davisbacon/ VA1.dvb?v =4 provided in conjunction with a chemical "splash suit "); High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder - Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster); Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type); Pipe Wrapper; Power Jacks; Railroad Spike Puller- Power; Raker - Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft); Spreader (concrete); Tamper and Similar electric, air and glas operated tool; Timber Person -sewer (lagger shorer and cribber); Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re- Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self- contained breathing apparatus or a supplied air line). PAIN0005 -002 12/01/2016 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS $ 30.58 14.27 PAIN0005 -004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER $ 20.82 7.44 * PAIN0005 -006 08/01/2016 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE); CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water https: / /www.wdol. gov/wdol /scafiles /davisbacon/WAl .dvb?v =4 31/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 and Sandblasting $ 29.10 11.04 Over 30' /Swing Stage Work$ 22.20 7.98 Brush, Roller, Striping, Steam - cleaning and Spray$ 24.00 11.04 Lead Abatement, Asbestos Abatement $ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. PAIN0055 -003 01/01/2017 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller $ 22.52 10.10 High work - All work 60 ft. or higher $ 23.27 10.10 Spray and Sandblasting $ 23.47 10.10 PAIN0055 -006 01/01/2017 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER $ 34.37 11.38 PLAS0072 -004 07/01/2016 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON /CONCRETE FINISHER ZONE 1 $ 27.13 13.67 Zone Differential (Add to Zone 1 rate): Zone 2 - $2.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office PLAS0528 -001 06/01/2016 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 32/42 1 3/24/2017 https: / /www.wdol. gov / wdol/ scafiles /davisbacon/WA1.dvb?v =4 1 1 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON $ 39.52 16.04 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE $ 40.02 16.04 TROWLING MACHINE OPERATOR ON COMPOSITION $ 40.02 16.04 PLAS0555 -002 06/01/2015 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION /POWER MACHINERY AND SUSPENDED /HANGING SCAFFOLD$ 30.58 CEMENT MASONS ON SUSPENDED, SWINGING AND /OR HANGING SCAFFOLD $ 30.58 CEMENT MASONS $ 29.98 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS$ 31.18 Zone Differential (Add To Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 18.18 18.18 18.18 18.18 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall TEAM0037 -002 06/01/2016 https: / /www.wdol.gov /wdol /scafi Ies /davi sbacon/WA1.dvb?v =4 33/42 3/24/2017 https: //www.wdol.gov/wdol / scafiles /davisbaconNVAl.dvb?v =4 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1 $ 27.60 14.37 GROUP 2 $ 27.72 14.37 GROUP 3 $ 27.85 14.37 GROUP 4 $ 28.12 14.37 GROUP 5 $ 28.34 14.37 GROUP 6 $ 28.51 14.37 GROUP 7 $ 28.71 14.37 Zone Differential (Add to Zone 1 Rates): Zone 2 - $0.65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w /load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated); Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds.; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site); Loader and /or Leverman on Concrete Dry Batch Plant (manually operated); Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0 -10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3,000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman https://www.wdol.gov/wdol/scafiles/davisbacon/VVA1.dvb?v=4 1 1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 GROUP 2: Boom Truck /Hydra -lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks /Articulated Dumps 6 cu to 10 cu.; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi - trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver - Straddle Carrier (used in loading, unloading and transporting of materials on job site); Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds.; Vacuum Trucks; Water truck /Wagons (rated capacity) over 3,000 to 5,000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self- Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds.; Truck Mechanic - Welder -Body Repairman; Utility and Clean -up Truck; Water Wagons (rated capacity) over 5,000 to 10,000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi - Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds.; Water Wagon (rated capacity) over 10,000 gallons to 15,000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre -Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds., and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds., includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) * TEAM0174 -001 01/01/2017 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean), PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 Rates Fringes 35/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbaconNVA1.dvb?v =4 Truck drivers: ZONE A: GROUP 1• $ 34.13 18.57 GROUP 2• $ 33.29 18.57 GROUP 3 $ 30.48 18.57 GROUP 4 $ 25.51 18.57 GROUP 5 $ 33.68 18.57 ZONE B (25 -45 miles from center of listed cities *): Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities *): Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM EVERETT SEATTLE TACOMA CENTRALIA SHELTON PORT ANGELES PORT TOWNSEND TRUCK DRIVERS CLASSIFICATIONS RAYMOND ANACORTES MT. VERNON ABERDEEN OLYMPIA BELLEVUE KENT BREMERTON GROUP 1 - "A -frame or Hydralift" trucks and Boom trucks or similar equipment when "A" frame or " Hydralift" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four - Wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates); Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck -3,000 gallons and over capacity GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four - wheeled power tractor with trailer and similar top - loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi - trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle); Grease Truck, Fuel Truck, Greaser, Battery Service Man and /or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno -Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber - tired)(when used within Teamster jurisdiction); https://www.wdol.gov/wdol/scafiles/davisbaconANA1.ctvb?v=4 36/42 1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Vacuum truck; Water Wagon and Tank trucks -less than 3,000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle); Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical "splash suit." LEVEL A: +$.75 per hour - This level utilizes a fully - encapsulated suit with a self- contained breathing apparatus or a supplied air line. TEAMO69O -004 07/01/2016 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1 $ 20.97 16.79 GROUP 2 $ 23.24 16.79 GROUP 3 $ 23.74 16.79 GROUP 4 $ 24.07 16.79 https: / /www.wdol.gov/wdol /scafiles /davisbacon/WA1.dvb?v =4 37/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 GROUP 5 $ 24.18 16.79 GROUP 6 $ 24.35 16.79 GROUP 7 $ 24.88 16.79 GROUP 8 $ 25.24 16.79 AREA 2: GROUP 1 $ 23.11 16.79 GROUP 2 $ 25.75 16.79 GROUP 3 $ 25.86 16.79 GROUP 4 $ 26.19 16.79 GROUP 5 $ 26.30 16.79 GROUP 6 $ 26.30 16.79 GROUP 7 $ 27.20 16.79 GROUP 8 $ 27.16 16.79 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0 -45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under); Leverperson (loading trucks at bunkers); Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber - tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity); Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under); Flat Bed Truck with Hydraullic System; Fork Lift (3001- 16,000 lbs.); Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber -tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar); Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds.); Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds.); Warehouseperson (to include shipping & receiving); Wrecker & Tow Truck GROUP 4: A- Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds.); Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0 -8,000 gallons) GROUP 5: Dumptor (over 6 yds.); Lowboy (50 tons & under); Self- loading Roll Off; Semi -Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds.); Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds.); Truck - Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton); Vacuum Truck (super sucker, guzzler, etc.) https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 38/42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16,000 lbs.); Dumps (Semi -end); Mechanic (Field); Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.); Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.); Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel -power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons); Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer); Transit Mixers & Trucks Hauling Concrete (over 20 yds.); Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds.); Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons); GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds.); Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C -D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A -B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self - contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15 /hour over applicable truck rate WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 39/42 3/24/2017 https:// www. wdol. gov/ wdol/scafiles /davisbaconNVA1.dvb?v =4 Employees must be permitted to use paid sick leave for their own illness, injury or other health - related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health - related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov /whd /govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198 -005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 40/42 3/24/2017 https:// www. wdol. gov/ wdol /scafiles /davisbacon/WA1.dvb?v =4 non -union rates. Example: SULA2012 -007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG -OH -0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated /CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 41/42 3/24/2017 https:// www. wdol. gov/ wdol/scafiles /davisbaconM/A1.dvb?v =4 Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION https://www.wdol.gov/wdol/scafiles/davisbaconNVA1.dvb?v=4 42/42 APPENDIX C: WSDOT STANDARD PLANS City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 RFB # 17 -004 March 2017 iii h 11 i\ (I 11 h 1 11 11 u==21, \f3Eto\L 3. For frame details. see Standard Plan B- 30.10. t3 s .5 .5 .5 AZ OLOIAO VSI1 'AB NMVHO a O ,cney.an O ..iao w ..w.....a. Md.O,w..MyM 4 wit .d b..Rr« w,: WIN ,.,M R 0 0 aft 4W () =2R zy ZU� l o 4WW . Cg W4�y z 4 1- i a: 4', W W .A O1.Zt • VdONd SJR1VA ,z1 z-f FACE OF CURB C c WE t4! U 1 Q w p�1� l7 C p • pE IL E'cq w p co a U O F c a co W O W r 0 N i z cc V > W r <0 0. W 0 W W 0 Z ,?n 0 O Z Z uJa co 0 U W LL LL LL J 0 Z A I- CU g w• S CL w W 0 0 12 Zan O r< C1 2 CEMENT CONCRETE PEDESTRIAN CURB 1 • 0 N ✓ O iu T W a m z N O 1 o o • d- • cg N Z Q !W z i i O y FACE OF CURB re Y W I— s O V C C) LL Z W W I.- 0 APPROVED FOR PUBLICATION II, F � Z7 U i V W ti u LL J g to H F 7 Z 2 z O V ii as 7 Need :AS NMVtN] co z H 7 !Z 10 L 0 U- 0 0 I- < W J fY Z O V Z z 0 0 v m Q1H O C 00 c m grx um 45 oZ d3 LL.2 co �aa it cO O NO (Ain Y o-4 m ecE{ O km • 0tmymvm c j ,m p t202 0. ( . c O C O e C. 0 ▪ 0 0 y ° p0m56. ▪ to is • al£ '� a) c$ « f0 g ii s m m mO.U' L I 0 2m 0) d$ N o -g c NCN m • O — p ay «c£ E no $ O EEm m 20? mp c2a > L 0 U �maEm0 w wpm a m cL ui 24:T...,2 c m— T ° O m a O m% o m 33x O O • a Z E L m y c C 4 m V C N oN rn E(Tea J p Om'e0 .E._E c ob ht CU a' c mC m m e m c mK rn —O E h c a� Mt am m V 3 2 m �'h «Se -e. 07 t E lL-za 0E $ 0$ 3 Urn 0.0 DEPRESSED CURB AND GUTTER U E w 0 NU W Z ❑w ww aN gJ 5 CURB AND GUTTER P U FACE OF CURB 1. O 0 DEPRESSED CURB AND GUTTER 8 m 00 O0 w 0. Q0. Qz U WON W Z W r wiz 00< SLOPE IN EITHER DIRECTION 2 U' w 0 o0 O • W Z 0_. 0W OdeO^ 0. Ui rcc zz Pi go gz 00 MT; N Q �O rLL i* APPROVED FOR PUBLICATION 1 tdu) .4 1130011 N213d :A9 NM'd210 w Z co 2 GRADE BREAK b in 2 N 40 t. fig UZ Zw gw N w a ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT 10 W w as a VJ H h E 8 ma O m m .0 N N ) 0 0 J r c a5 N c ap 0 cr E u U m DEPRESSED CURB AND GUTTER — c_+i f 0 2 5 8 CURB RAMP w ww 2E i= ao 0W Ua 1N a F w 2--, Uaz Oz U 0 F w N z N p.o o0 z 2-. Na a w 0 0 512- g00o: z? af2� wY ob a iii m< _.4.4" I C ii Z ' DY 1 5gsigmz� Q0b W K Q F N c� U w � a U2 F. z UW K o Z) 5 w 2 1 LL N Wa 03 0 y FACE OF CURB K w m 0 z m 0 0 W a W0 0 Z O m U m SLOPE IN EITHER DIRECTION 0 z w • 0 J •k APPROVED FOR PUBUCATION 1 U FACE OF CURB � Y QJ Q m 7 00 =- 1130011 N>333 :A8 NMVL10 f\-1\\\ 1\ 444110 W m J az fw w N K3 7 V � W � W G 0L wo W z U W re a W K UU OQQ U �—W wwz W W W 000) 7 0 0 CL Q 7 U w° N0 NO W Z 00 row =0 y0z F W N re 2S U 1 0 2 7 w0 wo 0< ISOMETRIC VIEW TYPE PERPENDICULAR A PAY LIMIT 1 1 1 1 1 1 1 1 1 1 1 1 1 m 250a) °gT �,E�oma O m 8 m m O. g$ m UT, o c $O r� w N D 2 t2120"6 N 0 E F8 c0 a �CG' cu��2m ETV!! N aj A E''2.241 o.>� m {O a_0E (1) 41 0 06.51uE E 0No. n m e m m m m m c m pp .0 U tp O U Ol O mm U m N N O U N 0 O Ot cm2O 0 o 22 jE g6E2 ai The rows of truncated domes shall be aligned to be parallel to the direction of travel. c 0) See Standard Plans for sidewalk and curb ramp details. a N E (q N 0)m ctE m 0 m oEom c m d3 w 0 vc a O�Qi �� E � a m E` O mE E L 82 m m �o n fr i 0 0 O 0 0 O m 0 W N 1 6 0 O Ow LL 0 Z 5o.. 0 0 L 0 ace T V 0 mm I w KO C N zo ■ L =o W a0 y0 WW t/1 LL TRUNCATED DOME DETAILS T- 3 rc . lV ' U LI. - O= Qui Nome' o 501)0 0. O 0 m 0 z 5 ISLAND CUT - THROUGH MEDIAN CUT - THROUGH 4) UN OZ 0w m t7 z_ z Wa JW -x CO Q Hy 6.i W H 0 STANDARD PLAN F- 45.10 -02 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION I 8 = e N atw Z ^W =O WOW JaN MU- Um 0 a2 qQ m3 re UO IX LL 0 0a x oz 5= o 00 0 O. K 0. 0. SHARED -USE PATH CONNECTION PLACEMENT GUIDELINES LROAD CROSSING PEDESTRIAN R 0 0 7130011 N93 J :A9 NM`ddO 2 1 0 8 8 z £� W H N The BIGD shall have a built-in high -flow relief system (overflow bypass). OlIOiAO VSII :AS NNIVSO z O W z co m a v M1 0 f ,1. 1 i 1 0 co 1 0 z E m f m W -0 -0 W— rnt m, 2 r a�' C g V E Vc Vic3 m `o to W a E FF S E2,6.6,`!.% a$ m c N W E gi w E N arW. W r m � 3 m �� W o 0 N W N 3 J p• � 0 8 _Q y3 > N 8 � & m O .O ( • C d' C V �- N_ $V W2 N U 2 4No m E 2 8 m m r g y a Q 8 m r N W 3 m E C • 8.°)E0= C C_ > W �r,ca E Q C'- O)N C w �vC �- Q a� E. E8-E-0 V/S 0 b y x • mmam_,n 9 c� - y c mo o` gin. E D o^ v W q V C p Np��.c L W m co W C 0 N C^. N CW .CW C-p N L' =$E.§ g "y -o Et- o cg' � a r c L- ON C O a— y `,W„ W M E N y C (p L LL 3-.4 oo O" C Q �2 a�F �1-N J � m W �t $ �. ai .r vi co K2 A 3 N > I W m r O =15 �0 N 3� m O W C n S • N EV W � 5 Ir W rn cc O W O • c N - m x g a cuai � • (V JUNCTION BOX DIMENSION TABLE BOX TYPE n o°ovoe !J ll Q .'NM1.4 I LT 6 t F ki i. 1 ( N t 'm 0 OUTSIDE LENGTH OF JUNCTION BOX (OUTSIDE WIDTH OF JUNCTION BOX INSIDE LENGTH OF JUNCTION BOX !INSIDE WIDTH OF JUNCTION BOX p1 7 IUD WIDTH CAPACITY - CONDUIT DIAMETER WWI < m o o W W ( ca la X 000 w =0 a� ui moAAa 'Sll A9 NMbl1a Eo C o c« -Cu io m m m g_ ra L O O :9 two 01, o C Opp -ca Est mEcn o 8 :g m m($ E'c =a Nr E .• rm..3 o$a °a $m4 m �- tco tu E 015°) m C �.(� V N V T O W E om.= W W a'N � A m E a W m W 3`,2 1E B'a� Ocm �ppti°�o W r m ��� ac5 a'3V mE�o a E $ ca m vi j$ � c c EWm -• cl cWOO o3oiE we m1E amp{p $�cc a W E� �2 g m `74:. § U C W O O= O Xt0 o 87i° ¢ � t ow p, m �3m 1> € '4i rm2E= (Is d`$ p0¢ o > ai�� Fmm m TE rya y 8-8,5 $ oa r m f0 > V co--60 0°3-6" • O i g 9 3 W 72LL 10 O O gcx 4▪ o d co cU g LL 0 a. JZWd, Z� y Q 0 O z en GROUND STUD (SEE NOTE 4) UN T m to Za . 8 m c C N a 8 o c m 9 E O c c E� as n85 c0 oac y c� W V U V W (O d .9 COVER MARKING DETAIL U 3stin0O 3SYB JO dO! 3H1 M0133 Wf WINIW .4Z A.L .9 W A ( 4- 310N 339 (CONDUITS NOT SHOWN) OZ O I- U W CO ZZLLI -�W 7i J O of U, LLOOJQ3H W?pa W ^NZDa Wz aW N O2070 Nf/1j Hy ��Q m WQ�a ~r 07w 1011 7W QU �+3.W ?�W H 298<E.8,, g pp S N m Z 2 A lNW 30V119 a3HSINIA 3H1 M0139 WfWINIW .4Z n o°ovoe !J ll Q .'NM1.4 I LT 1 ( 4- 310N 339 (CONDUITS NOT SHOWN) OZ O I- U W CO ZZLLI -�W 7i J O of U, LLOOJQ3H W?pa W ^NZDa Wz aW N O2070 Nf/1j Hy ��Q m WQ�a ~r 07w 1011 7W QU �+3.W ?�W H 298<E.8,, g pp S N m Z 2 A lNW 30V119 a3HSINIA 3H1 M0139 WfWINIW .4Z ' s A C h J 1� 41) x 5 z kg kiW LID LIFTING NOTCH -114' (IN) x 3/4' (IN) WI xx of 1 J yx Zr A W a 20 zd $ aaolko vsn :Ae lemma g 0 O1 1 6 cH 2 -0 E H Q8 aa= aZ i5Vwl W 7 of Y ai tq r `' 0000 O J 7— 8 1 �' . c 2 • l p Q su "§ N O L c F am m ui i v ; E m N ma .O5 Ox 312 m =d c to E f' S a 2g i � m a m P. c� w o n 81, 2 . !° a a • U) t � v S n < ov a W (5 E o n x7 i l 0, @ f Q 8 2.; $ O ffi 2-“n 3 °' f -§ 3 2 • Y y100:E 03 —.Sig m > Cm N 15c1 63)a o ?mc.5 0 cc 0)0.0 m JE 22E E m D O C o c c 2- Cl) c c o m cV€Tj. 1`m 8 -c 2S � o v" cvcc ° Em- Z` g 28..0o m o a 0)c-0' J v 'A va 2 c 2N A m a 'EEL, Eito O 0 � E 6� m 2 °0$82 -5 t E. o � a I'S 2s32 c c o L L q Q _ p 0 _ _ N - 4,E t{02,:-....8 8828 2 06. mo m J ma .; sc^ • co 8 oUEyg � ..i o E Ed' c �a 5 o� p °m Y� �2251_50- 'E m mp o .c � � m x E T O J O w� 8 w 8 c c c c E E 3 O - c 8 o ED-6 '13'2... 2032 ai E gy�0. ._ -c ig2 €1 a Q rp ° °t Q. N• N8c�H2 =A Q Jp QF": mA 0 vp�'' 6T= ,rdJ E C 2 `'� “, m E �ma � g = g3 W3a 0GN N qL p !?N g cgs £V) 75 mm g8-7,- n� o c y i!�i!pp'' m c m. ;C_u E _ vJ� rc m Em o m m o E � v 6 �§ w • L a °� � m E E� Eat c 0> VWl 0. ?22.2 r9 m w e .`CEO. '8c m 8 O 'moo d vi F N x ° U �p i 0 a N .8o Jrr'a!0 Li-iii j 0 g a.0W N 1 2 O v Q C y C C L J o Z r lV C,.i O O �, ( L00 m� 0 �' (NI Q C4� CL. ° r C N O £ 2 c 3 o E 1171111 8 `. 3, .9a a. • o $ e g 2 so--'0' �R a' D c _ E qq��� `v m m c Q. . m ° Y ° N E w m o P a vJ <m"4 L w 3 c ab R.A.6 v_ c E c c €m • m 81 n 5 JET m n 8 V me 2E° Z M C W J E V .� 1 .� j L { C p p rn w!C m c b 0 ti St3 8 Eli cil �= ° M r' Env //J� M c mt-2.4 J ' C Y C C C ro _ yt o romm � a� �t �� Q F m 809 0 I- C) N8 V) U SHE 7 .§ Ti. O c 8 N ![1 m aD Oi CI N c, C ai COVER MARKING DETAIL SEE HINGE DETAIL ('dAl) O30YdS A1N3A3 SOfllS .9Z • w a r ih 7 2 g LOCKING LID STANDARD DUTY JUNCTION BOX 0 40 n Dm O Z In gLL JZ� 07 0 w Z II 00 0 z J la JL ° .0 030 �9 9 E o9�II >a w Slat a�? 2t APPROVED FOR PUBLICATION I 3 (I b 0 CONDUITS NOT TOP OF BASE COURSE N b 00 O U 0 Ps NOUVONfOd AO HIM 30ISNI ammo YSl as NMYNO 2I .£ .9 301,210 03HSINIJ 3H1 M0139 Wf1WINIW .6Z 5 a 0 0 N # g Cl, Z LL aj d0 N2 (� ( 4J I ai K 1 T (IN) . 1• (IN) . 114• (IN) (rye.) HANDLE DETAIL 0 V" EO Z 2 N W OE OZ g ZS _Z U Qg] k re . Al gi NI 0 .WL• 2/I .WI W 2 2 g i. rlto ame = ∎1,� AwimmaiwiRMOM O O A3 vsn :A8 NMVIla N cs 0 Ss N Cl g w=a2 218m hie 55 ao s I I I I I I I I I I I I I I I I I I 0 z OZ 00 \)kƒ o- 8° / \k WCI 3 zui zo wl- OZ 00 0 -i■ 0 00 /z ■ z § ■ STANDARD PLAN J- 60.05 -01 SHEET 1 OF 3 SHEETS APPROVED FOR PUBLICATION I _ f} § 4l p_em- a_N00 CZ) ea__21— 0 °tn® »ems _) A a %e«CP/C• §k ee _AA3 _ AS __ 0_ w U_' F w Q w2 ti Ua 7 5 E1 J f_U O a>a Z zoo • p 080 02U Fpa _ O E C) APPLICATION O MOJA —_ n I� w2 Um0 Up zoos S Ow UmJ >LL< 0ZW 002 1-o°: .d> 1-J <0 0 w04 • tt11 Ob0u <• UZ 00E-00 001-00 0 W O LL J N 0 12 Ooaaz tao a D0 ij SHEET 2 OF 3 SHEETS APPROVED FOR PUBLICATION 8 0 O 940 O 0 Z Z a ha0o =�Oyy D U_ Y <OIO 00 W2 tam 2LL I I ww z2 zN Pm o 0 oLL ONOdAO VSII :A8 NMV21O tO < 00 U3 U1- pj SERVICE GROUND O2 SERVICE GROUND _3A0 _ :A8 __ k RIGID PVC CONDUIT (PVC) APPLICATION / �! fƒk. /k �2 ,•6 ! tCCE (�) \ |!! » )k i/� 3 lm ;�� ! 17; .. !f!) 8;1 8 Mg:El ! | §! #!72 ■, !`!!!!# ! 7§{ | \ ! -! !}!°!!° a _2! ; •! ■! §1|3/ ! k!: 2`o;e�m|f !f4£ ƒ \\) }7 !§!!!!! ! §| & ! �2 zBw;w,! e o �: « APPENDIX D: FEDERAL WAY STANDARD DETAILS City of Federal Way 21st Ave S Pedestrian Improvements RFB ver. 4 -16 RFB # 17 -004 March 2017 0 s w I- v; IZ N cc w W W 1 Z O Z O O O Z W - Z Z W m0 ¢ cc I- 5 01▪ - 00Z J <WM QI- OD W W Z W O H¢ 2¢ 410 oc OJ Z _, 0 0 Z 0 W m N OW -' W W 00 0 0 ° OM Ox 2 M =2 M=w W F20 W W M I- I- I ix00 cc00 03~ 01- CCW 0 m z E a? W W of - a w D °m 01- 1C/(N4.7)} w w w I J eo cc coma m� U) jj -m O 'rte)¢ J F)U< m Jpm cc M2 Z u_1-1—. w W 0 2 ¢ 0 O O F w H 00 w0 °paia 0 °z0 z? 0JD- 00-., ZpW Ow O Y <D '-0 ZJ 2 1-I n - ~Js ac0 wO ~ U) Z yv V) (7)u- (6 Z -w N o01- OLA z W Qtr:11 ow OUzO TWO Z� OW CC Zga Zgo¢ - I- U) Za mo aU d0� (nzz z¢ 0 2 5W O5WW W F- w 0 �L.1 ZN¢¢ Z a J Z O m ,z0 V 0 j O v NI- (7) =0 FA oo� ww, z= om 0 Z <0(n5 U)W- � -Z 3 U) U)0 XJ¢ XJYv Z=Y O XJH Z w<_1 • ¢ ~J -1Z- W Z ¢f V ¢ x¢ 2 2a Z1-N _pZ Z YU O W ¢<0 � Xw¢ 1- ¢ 0 ¢O ¢0w ¢01- ¢x LI- Z M d N M N?° M i N U) 4 M W LI) M< cO 0 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED. a WF 0 OW U) v) 0 • W W OW 0 30 w . cc � MH O 0 cc co 0 N w w LL D 0 1/4" 'V-GROOVE 2 0 O m Z op N r7 low 0a0 Z¢mz x LY w WOO Lw ce Z00 0p 0Z H¢ Z Wm MCC 00 1/4" Or zc <U1 Z U) a �1 1/2 "R > (TYP) 3 �� 3j4 ^R 1 2 -0" TYP 3" R 10" I /() 3/8" Rte \ 1:" o ' TYP ( ) 1 I ^ i Ys (TYP) � L 1 —5"--I--2" I —5" i w .02 FT. /FT.* 12" 7W OR 11 %" 1 * TO CONFORM TO CROWN SLOPE OR 0.02 FT. /FT. SECTION ELEVATION MOUNTABLE CEMENT CONCRETE CURB3 F 6" EXPANSION JOINT 5" * � 0.02 FT. /FT. ^•_: 0.05 FT. /F7. 2 �. N * 41 111Nlit„....M110 co CEMENT CONCRETE r'' SIDEWALK 2" CRUSHED SURFACING ISOMETRIC —6" 1 I TOP COURSE (CSTC) * NOTE: TOP OF UP AT DRIVEWAYS. TYPE 'C' BLOCK TRAFFIC CURB NEW CEMENT CONCRETE CURB & GUTTER 5 1/2" R = 1/2" NOTES: i 1. SEE DWG. 3 -3 FOR JOINT REQUIREMENTS. o. PAVEMENT "F 2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. 4. lo 3. TO BE USED ONLY AS APPROVED BY THE PUBUC WORKS DEPT. TOP OF CURB AT APPROACH • I 7 3/4" CEMENT CONCRETE BARRIER CURB REV: FEB 2011 lo 0 XISTING PVMT. CO CC D 0 W L CC >- 0 J Z Z 0 0 0 N Z LU L M Q W 0 Z C O CC J W Q W 2 W Q Q> 0 m W Z 0 F- F- X W -I— Z W M W 0 0_ W CC CC W D 0 k3 CO CC D 0 W cK 0 Z 0 0 H Z W m W 0 lo 0 J O w W r w D W W tY O D 0 W w Q U J J O CC I- Z W M N W 0 O- D_ W M CC 0 CO Z 0 0 0 a ZJ �a X d W up W < O W Z - O APRIL 2012 z< z M 0 Z w 2 wm ✓ N J av wp Ce w re CI Ili M I— F- M X O w O 0 Q a CO cc m V HT -OF -WAY LINE N. vap..;,•,% • ASV U / a. a SEE CURB DETAIL DRAWING 3 -4 Vl H O Z J o a I- I- cc D 41 W X M M • Z — O i_O X W w O mct J :="C- < M V)� zQ 3 w� a� a`� Ow J O= cr _1 a 3 w � O m } O 0 < Z O >- w 0J '4. O M > Q< U 1 N N J Z I p CC O ri = Z • Q Lu o Z a _M N 00 O Z 0 UO M OU~ W~ FO _Q w ZUi O Ow CC D = w d' w W J W 0 W Z K J 3 Ci Z N M 3 NI: U) (p eLti DRIVEWAY NEEDED TO MEET ADA SLOPE I la_H W MU W N W W C D N U1 FUL REF CEMENT CONCRETE DRIVEWAY 6- THICK In -02 N W EXPANSION JOl Z FEBRUARY 2014 U(/) J Y m� O d3 1 w 1 1 RIGHT -OF -WAY LINE SEE CURB DETAIL DRAWING 3 -4 z N a a ° Z W U d z 0 ce F= Lu 0 (n bJ w z' CL oU w OD z 8 U 0 z U1- In (n w GS w 0 z SEE SEC. 3.2.13 AND CURB DETAIL DRAWING 3 -4. I- a w az I-Z z� z OU w W x N m Q J i' 2 (0 (n o wb?, TI- C) 0 I- C3 a <0 0 0 N U 0 0 00 ww w 00 15' OR GREATER. N N7 CEMENT CONCRETE DRIVEWAY 8* THICK• FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH EXPANSION J LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. BASED ON TYPE OF EXPECTED VEHICLE USE SECTION A -A FEBRUARY 2014 z Q z M Cement Conc. Barrier Curb See Detail A, below 3" Shiner (TYP.) (Typ.) 4' Sidewalk Curb /Gutter 12:1 00000000000000000 00000000000000000 00000000000000000 00000000000 00000 12:1 (TYP.) 4" 1 /4" V ( "Western ") Groove (TYP) Saw cut 'Match Line' (TYP.1 Sidewalk Curb /Gutter Center of Curb Ramp as Marked in Field. Dummy Joint Cement Conc. Barrier Curb (SEE DWG 3 -4) 0.35' ± CgN0 /N 4'M /NG Distance will vary Dummy Joint (TYP.) DETECTABLE WARNING PATTERN (SEE DETAIL) REV. MAR 2011 DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8— 14.3(3) PLAN 0_ U I�nn ELEVATION DETECTABLE WARNING PATTERN DETAIL 1Y CV Gti 20 ��p PUBLIC Q 0 � of WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8A MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" PLAN 0_ U I�nn ELEVATION DETECTABLE WARNING PATTERN DETAIL 1Y CV Gti 20 ��p PUBLIC Q 0 � of WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8A i 1 1 1 3" Shiner (TYP.) Sidewalk 12:1 N 00000000000000000 00000000000000000 00000000000000000 00000000000000000 (TYP -) Western Groove" (TYp•) Saw cut 'Match Line' 12 :1 (TYP.) Sidewalk Rolled Curb /Gut Rolled Curb /Gutter Dummy Joint Center of Wheel Chair Ramp as Marked in Field. Restore Asphalt pathway to original location level with back of concrete ramp (Max 8% slope) Distance will vary Dummy Joint (TYP.) DETECTABLE WARNING PATTERN (SEE DETAIL) REV. MAR 2011 DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8- 14.3(3) PLAN ELEVATION JE DETECTABLE WARNING PATTERN DETAIL COW OP Fe 0 Way wall VWay WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8B MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D _ 7/8" 1 7/16" PLAN ELEVATION JE DETECTABLE WARNING PATTERN DETAIL COW OP Fe 0 Way wall VWay WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8B m re U w m: OD .0 co U‹ NVId N3d HL41M NnVM301S X N 0 0 0= .1 1.1 OWy 0 a co >- a z DPio CLZ 0 w o WO gU a o =0 m wm ZOO Z o U a a O w Z m aw 2�pc o w woow� 8 w ow a� o� or- ~'='cn ▪ m�Z v)w0 a 0 ZZO ou_p PI- o OctZ _Z oOJ I w 0 -� Z`^Zww O ZZ a. 0ZJ V) • ,NO awOXQ Zwa Dw -H J pz 50 0Q 4~a Ju`N DO ao� .-a O m w < w? w< Jap a Jwia a s m a 0 m w w a m? O a Zoe U�0 .J oaa wwoam a ooa wal -- eo D Z N w U H I mm I O U EXPANSION JOINT U wQ Ka UIn F z Ui U O z • 7 a • M a. 2 N I- ce V+ UI ZZ I— J Ua W N F- 00 W J F" Z• � cn U V) J Y CO Cr 0 2 N in w L0 m U O W CURB AND GUTTER ISOMETRIC VIEW W H 0 z z W >- z WwIW cea 5?�0 >0 woww 1za o0 • oQOo wd Zx Oa- al g JoWZ Z ¢ F (I) - X 0 0 1- O I W 0 �HZHW m H o c) W H u) 2 0 a z 0[1:1()H‹ W ZoZ HWZ Z�ZZa OtL �wX¢ D0Xoza =2m OWE Dw g HJ _ Z J Z x HQ = -IO2 H CO IL 0» a0 —"r'W co WaO 2QQZ?w2 QQ= 2'JWHLL —' CC H md0Om Hmo Daw-D ZUO 0n0 ce wWOaW ow< xx -jax o00 HH(naH • N a 00 00 02 Q Z H W d X a O 2 w Q w U m a W Z U WZJQ 1. o N o_ 2 0 g 7) 0 EXPANSION JOINT ww¢ K wow Z U3m REV. JAN 2013 o Q z 0 a • M p V 00000 00000000 00000000 0000000 0000000 000000o 00000o0 0000000 0000000 0000000 0000000 0000000 0000000 0000000 0000000 000000 3d01S 'XVII V01 co O O _< H fir-? LJ < Lu CD cn z a0' Z I d U ce N W 3w N J?o 00 U) UwO0 W J W Q W N 0 d r 0 z z J CO N CN M CO n m r m U 0 z N o w O C.) o� I-a H a wwri V) pad Omw OO ¢¢j U w D 7,1-L.,_ E a o ow w x O o _O • ZoZ w U QO zom reto m4 wto o z a oz w 0 0 o a env Z 0 awm Ni D z _ O ON as w¢ Oxza; a� Ef. Dm yFn Q O W a 3 s Z �x� 00 zw 3 a, 0.6 9 w� m 3i 3sa� ww w oi 3cocoo 1 U) a a m O CC M CC OZ U WSW w w0-w wOIc0 z.._ Eo z O J <w ov=i0- DETECTABLE WARNING PATTERN DETAIL N U L_0 i- ce W z CURB RAMP U Y J m O a3 PLANTER STRIP N a AS REQUIRED N U z 0 U I 2" CRUSHED SURFACING TOP COURSE SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS, N z 0 I— U W N 4 w 0 O I- w I- w U Z O U W O NOT DEVIATE MORE THAN 1/8 INCH CONCRETE SHALL BE CLASS 3000, WSDOT SPEC. 8 -14. I- O . z ,- N M 4 REV. MAR 2011 z 0 I V w U) J w '0 V! U Y m mo 3 O U) CO fX J Y 0 1 cn —� = w o 0 U � LJ o � O U) CO fX J Y 0 1 O z co M w 2 H Z W W a D w U) I rL L i\r iii DIRECTION PASSING IS PROHIBITED REVERSIBLE LANE LINE 4" YELLOW LINE _ 10' _ _ 15' _ _ 15' SEE NOTE 6 I \ R_ / 4.. \ icv ( JSEE NOTE 6 _ 1 -SEE NOTE 8 (3 -17) DIRECTION OF THRU TRAFFIC DOTTED WIDE LINE (DWL) _U I a_ W Z c J W W I--0 (x O Z 0 U W x 5 Q ix LANE LINE (LL) _ 10' _ _ 15' _ _ 15' = Z — W W N Po, J J 0 - \ 00 CL O NZ Li.l W W = Z �1� 00 CC N O w Li D 0 CL 0 >- W 7(/) O z co M w 2 H Z W W a D w U) co cc W ce 2 H W 2 cnW 0 W cc 1 1 0 c O U a) N ON — • 3 P_ U 0 o 0 a • O a) a0 y vi U O LL Q Z See Table 3 Taper length = T, x taper rate O 0 O 0 0 .0 O a) a) Y U O O a c 0 00 o o a 1- 0 a) } N o 0 o 0 •fl. a� a) 9 O • a a) 0 N a0 0 0 a) 0 0 O V A as tn a a as O O 00 11 11 !n L 0 0 O a a t 0 a a) C a) ( - > rt E a)O O c E c m • Ea � C O H 0 0 C • 0 CL 0 N 000 N in ._ M c 00 N 0 Vn a a 0 Z 0 I- 0 N o -o OZ m3 N 0 O C 0) Taper length = x taper rate N 0 .O O 0- E C U L . E3c a) C a O d a -0 o -a No O Ds 0 � U LEFT TURN LANE a� ^ a) . U Z O 0) U TO O 0 20 m Z �a a 0 0 a 3 a a Q O M +1 O a) 9 0 0 1 o)^ M U Z O l TW J 0 9 0 D 0 a U_ 0 c0 C M CD 0 E .5 aO OZ N J mZ ca) a a> 00> o`^ a3 0 'n 0 a) 0 a) TWO -WAY LEFT TURN LANE a) C 0 O) C O C O a a (I) a) y ) E ° E a2' C w U 4- 7 .0 . t c 0 0 N a) C C 0 L U + O r U C w O U O O a0 a•53 2 a -a aL_ a) + aa°0°0o3- Q03 0 3 H U H u a OH . 3 Rev. NOV 2014 W —J zz I.f. 0 z YN I.f 2 I- z 2 U Y d' m0 C1-3 8 E o_0)E c 0 a ) 1n 00000b (N.O 0..0 -00Ln ^ .0 N co (V N ,- \B Posted Speed L L L L L L L CI CI CI CI CI CL CI EEEEEEE NT M O LO V) U) � M ((N Rev. NOV 2014 W —J zz I.f. 0 z YN I.f 2 I- z 2 U Y d' m0 C1-3 L N Oaca 0�m .np bM�Oan TAB 00 m a Oa CL N LLLLLLL aaaaaaa EEEEEEE U) V) V ul V() 0 N Rev. NOV 2014 W —J zz I.f. 0 z YN I.f 2 I- z 2 U Y d' m0 C1-3 a) a) cl a s d' V) O .1 p V) O V) V) V) V V M M N TABI ) 13 12, 0 a !L N LLC L a.aa V)O V)0 V)0 V) V) V) a co M N Rev. NOV 2014 W —J zz I.f. 0 z YN I.f 2 I- z 2 U Y d' m0 C1-3 I I I I cn Z Y cc Q 2 Z w 2 w Q a Cl) 0 w a J w U cn 2 I I I I I I I I I I 0 N J mce O a3 I I I I SEAL JOINT EXISTING ACP NATIVE SUBBASE PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH (3' MIN. WIDTH) MINIMUM 3" HMA CL 4" PG 64 -22 (COMPACTED DEPTH) OR MATCH EXISTING WHICHEVER IS GREATER SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR 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 .25' MIN. J •�•�•�•�•�;�.�.�.�.�\�., ► i �� �pv�i�i�i� NATIVE SUBBASE SEAL JOINT EXISTING ACP USE 1" EPDXY COATED SMOOTH DOWEL BAR .25' MIN. PCCP TRENCH RESTORATION PAVEMENT RESTORATION LIMITS, 1' BACK FROM EDGE OF TRENCH EXCEPT IF WITH 3' OF JOINT THEN REPLACE TO JOINT 3' MIN. WIDTH 15' MIN. EXISTING BASE 0.5' BAR LENGTH 5/8" MINUS BACKFILL FOR TRENCH 1.2 MATCH EXISTING ACP COMPACTED DEPTH WITH HMA Y2 ", PG 64, -22 MATCH EXISTING DEPTH PCCP PAVEMENT IS TO BE CONSTRUCTED PER WSDOT STANDARD 5 -05 .15' MIN. NATIVE SUBBASE ACP OVER PCCP TRENCH RESTORATION EXISTING BASE 0.5' BAR LENGTH 5/8" MINUS BACKFILL FOR TRENCH 1.2 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 COT OP Fe 0 q� PUBLIC 8880 My WORKS TRENCH RESTORATION DWG. NO. 3 -28 0 0 0 ce O J I W M 0 O J - ci - > ci W Y W w N ▪ W 0< W WLa 0 > Z 0 X • M CL a v 0 a 3 a w W Q CO 1- Li Li Z W Z Z W g 0 ce z W Lai w N • ti D ., N v' ° ^N D d v 'oo v. D • v a <.-�1�allfl�o� eO o�a��� oo O� 10Dp��� oo. a p p v a p. ;0000aaII ► ° °ooDL 000000o oo °o • .• . • • D v p • j:j W Y N Q A 3. cy • 0 OC 341 N • .1 Za_ OF- . -QV z Q .. D V ° v' v P � d v D • v � .. v V ' D v D. v• N v• D, D D i p .____N —, D i D v . N- 7 - v Q D. Dv • v Z 0 � Q 0 N ixI- Z w W 2 W 1- W lx F- 0 Z < W W � N Z O d w J 0 w > W 0 < w o - Z > a a_ W Q m• � ix M w w a J O J H N > Z W M W 0 W N Zp - Z z Q <L z Ow o0 oZ aw c 2 5 W ~ O ZZ w 3 w Ow Cr) W3 — mw Z m O J - J 0 - W C� N W Et � W wx I- w N . } W N CO Z 0 0 0 J W H } Li ix W J J N ix 0 1- 0 ix 1- Z 0 0 W H 0 Z O 0 Z_ O O J ia- wz C- N O W Ce I- L. Z O Z Z O W g= J ~ Q Z_3 O O M I O� W N O REV. OCT 2014 O zo M M z w � Ce O I—>- W W• _ I- cn W Lu• l- l- W Z ce I- C) Co 1— U 0 Y Q' m O a3 1 1 1 24" 72" H URBAN ACCESSORIES KIVA MODEL GRATE OR APPROVED EQUAL 4' x 6' TREE GRATE HALF PLAN SHOWN. FOUR PANELS REQUIRED EACH TREE SEE DETAIL 3 -30 PVC IRRIGATION LATERAL CURB BUBBLER —; _ • 'EBAR STAKE (TYPJ w OOT BARRIER, I- TYP, 4 SIDES TREE GRATE SEE DETAIL AT LEFT CAST IRON FRAME ALL 4 SIDES, TYP. FESTIVAL OUTLET SEE STD. DWG. 3 -32 ROOTBALL PLAN 4" PERF. PIPE AND RISERS (GRATE NOT SHOWN FOR CLARITY) NOT TO SCALE FESTIVAL OUTLET SEE DWG. 3 -32 INSTALLATION PER MFR'S. SPECIFICATIONS. CANVAS WEB OR RUBBER TREE TIE 1 -1/2" x 8' -0" REBAR TREE STAKE (2 TYP)— SEE DETAIL AT LEFT FOR ACTUAL LOCATIONS 3" PEA GRAVEL, FLUSH WITH BOTTOM OF GRATE BUBBLER (2 TYP.) SIDEWALK ROOT BARRIER (TYP., ALL SIDES) BACKFILL WITH / CLEAN TOPSOIL REMOVE BURLAP FROM TOP 1/3 OF ROOT BALL ADD 3" WATERING RING NOTES: 4" PERF. PIPE, FILLED PLANTING: 1. Remove all compacted soil to planting depth. Do not make hole deeper than root ball 2. Remove containers, biodegradable pots, synthetic or treated burlap, wire, twine, or ropes. Leave natural burlap in place and fold back. Loosen the roots and spread or cut circling roots. 3. Place top of root ball even with or slightly higher than soil grade on firm soil. Install irrigation. 4. Install perforated drain pipe; fill with drain rock. Pipe shall not extend more than 1/2" above finish grade. 5. Back fill with clean topsoil. Firm soil around the root ball; water slowly and thoroughly. 6. Mulch around tree with 3" pea gravel to bottom of grate. ROOT BARRIER: 1. Root barrier shall be rigid High Impact Polypropylene treated with UV inhibitors, minimum 18" height, with 1/2" raised vertical ribs 6" on center, or approved equal. Install on all sides. WITH DRAIN ROCK ' -6" MIN. J FIRM NATIVE SOIL STAKING: 1. Use 2, 1-1/2" by 8' -0" rebar tree stakes. Do not drive stake through root ball. 2. Attach tree to stake with canvas web belting or rubber, using a figure -8 formation. TAGS: 1. Remove tags after inspection. REV OCT 2014 OTY - e eo �/� PUBLIC ©u V gby WORKS STREET TREE PLANING FOR CITY CENTER TREE WELLS DWG. NO. 3 -31 NEC APPROVED EXTERIOR BOX 3 - RIGID CONDUITS (1/2" DIA. MIN.) MAX 6" 20 AMP GFI PROTECTED CIRCUIT WITH DUPLEX OUTLET FINISHED GRADE /TOP OF TREE GRATE IF USED 36" MIN 18" MIN NOTE: FESTIVAL OUTLETS TO BE ON SEPARATE CIRCUIT FROM STREETLIGHTS, WITH SEPARATE CIRCUIT BREAKER AND CONDUIT. 36" MIN TO POWER MAY BE FLEXIBLE CONDUIT BELOW 18" CITY ELECTRICAL INSPECTOR REV. 3/28/06 U BOLTS ATTACH ALL CONDUITS TO 1 1/2" X 1 1/2" ALUMINUM ANGLE IRON Feo Way 0 VVay WORKS CITY CENTER FESTIVAL OUTLET DWG. NO. 3 -32 FIRE HYDRANT OR SIDEWALK NEXT TO VERTICAL CURB UTILITY POLE ^\ rte\ 30' ) l L + 10' MIN. I 50' MIN. ^ PLANTING STRIP ^ ^ 50 MINMIN. LUMINAIRE > � < > C I o I 10' MIN. =IMMO A • VERTICAL CURB UNE PLAN AT INTERSECTION NOTES: 1. IF PLANTING STRIPS ARE APPROVED: A. TREES SHALL BE STAKED IN A MANNER NOT TO OBSTRUCT SIDEWALK TRAFFIC. 2. ON BUS ROUTES, PLANS SHALL COORDINATED METRO SERVICE PLANNING (06.68622), AND/OR PIERCE TRANSIT. 3. SEE SEC. 3.5.1. 4. TREE SHALL BE LOCATED 24" FROM FACE OF CURB REV. MAR 2011 STREET TREE LAYOUT STANDARDS V / \ :! : % A0 AA. FIXED BOLLARD REMOVABLE BOLLARD REMOVABLE "� § g §o \*(0� —§) / /W® / �j /�0 0 / 0 „ La z 0 0 9 k $}})) < 66 moo= =m Mzo8= a \% / uo =�Ce k o! i0�i�� I- §k k ) �§ }»I m e « w 0 ) 0 r \3«( a 5 I-§ mw� / ƒƒ 0 \» w §k 2\EA§± --/ .4 o= ) m ?° M���j/ ° / ) k (5 § \ / ® }} ) / [ § \) /9] % \± a w y e *Rm2±3 §)) 8 §3 ( _ w w ¥ w a 60" SPACING REV. 4/11/08 BOLLARDS m§ }2 I I I I I I I I I I I I I I I I I I I 1 1 1 i i 1 1 1 1 1 1 1 1 1 i 1 1 1 1 .9� z 0 m cc 0 w F z 0 to z_ 0 0 O Z Q = z p O O 0 Z ¢pI Q U 0 -N W03 Q Slal N rg ma N 0_ I-- 5 x LU JQHIi NNN <I-- U L) 16 (.72 =mmm mm m N in CD °- Z¢W (2 001 o) O J a0 U 1--O U wco -n �N J Z J� WU U L., =p = M OC NHZ d' W NW N Z o)i- pWccN Q O W 0 N N < t, ,, X CC J W a W J Z", wa? O�>1Q- mQ U N W Sa�op w�U�a¢ aQOO j Z w > Qd OO -W c, cCYO O tw/r O U¢ Uw0m ¢ N ui 4 u] co N 2" MIN. NOTE 4 U LW z 0 O CRUSHED ROCK 313N3N00 '0 'd 'NM .9-,Z Z 1- W 0. a O LU> W � Z irn N J W V) W crO Z p p li 030 0 U 0 F- OW=rO =�3aw �O m J ;;i CC U Cep 0 0 N ¢ W m 0 W 0 cc J CC Q ix zCL == W Z N W 1— Z uJ N 3 N J N Z Z O LL1 :3 2'NZQZZ CC Li Z03o0 p Z Z Q Q O Z o o D J W < N I- JI,- O W ¢¢�+-�� 0 vi 2 ~n}00 _N W w F- J 0_ p0 d W Q O Z W 0: U I-- r Z X U)Q¢ REV. APR 2012 cc �< Li 0 /� §k \ L 3o o _ �k } § §A} /� g �ƒ e » (\ \\ g�j \ /\ \ ` a /� \» §§ ƒ§ § 20 Z \ }§)}( ®§ �\ 0k E en cD »§ ±o± Dc ®} oo ® §P o & =] °c ui) } k § ± ¢} �< \ * @Gf)( \=u } �i «/ z j\ % --1 - }\c I- u0 �\ 7 / \\\ m =- m juw »= t° 3 O o o$ S G/ ° &I iJ ƒ\ 7▪ / » ou oa � y i ( 1-0 E) < ©§ 3 /\( \% < 0 § '' E(Rc§ 0 G W �� ° \w0 ! 2 ! #}i G} cc u muu ° \ \2$/ /± \9\ \//\// Eu� �_ ~)6}#k Z0 00m �u� <= I_ u�oe 5#<U ~0 7Z \ °z± \$f\§\ $57 uu 2262Q: uti en <u< - - + #« ¥vvwee /. *.e & � . +Z 8 /( o \ CC z i L \ 0 } m 1 1 1 1 1 1 1 1 1 4Y2" O.D. ALUM. TUBE .188" WALL ALLOY 6063 —T6 SATIN GROUND FINISH MIN. 8" (NI I 0 r7 U) c a a� 0) I cn w z 0 z z 0 V rn a) c c 0 E c a cn a) 0 :(0 II I- 0 z w H- U- 2 n 4Y2" O.D. 2" N.P.S. SLIP FITTER 43'2" O.D. HAPCO 41 SERIES AND VALMONT RTA POLES MEET THIS STANDARD. (2)— 1/2" 13 N.C. STAINLESS STEEL TH RU — BOLTS, NUTS, AND NYLON WASHERS. 063 —T6 ALUMINUM ALLOY SHAFT, TAPERED FROM 8" TO 4Y2 ", 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 11" TO 12" BOLT CIRCLE. 5. (4) 1"— 8 NC STEEL ANCHOR BOLTS ASTM 2 "- A 576, AISI GRADE 1021 -1046, 50,000 PSI = MIN. YIELD MEAN DIA. OF ROD STOCK 0.908 ± .01 1 ", OUT OF ROUND TOLERANCE : f 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10" 8 — #7 REBAR AND GALVANIZED PER ASTM A153, COMPLETE WITH (8) 1" 8NC GALVANIZED STEEL HEX # 4 HOOP REBAR NUTS & (8) 1" GALVANIZED STEEL FLAT 1' -0" CENTERS WASHERS. 6. CITY MAY ACCEPT OTHER BEND RADII AND DAVIT ARM MOUNTING ANGLES. HANDHOLE (4" X 6" NOMINAL) NON —FLUSH TYPE, COMPLETE WITH REINFORCING FRAME ALLOY 356 —T6, COVER AND S.S. HEX HD. SCREWS Y2 " -13 NC S.S. BOLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE 2" SCH. 40 PVC CONDUIT 1 Y2" w W 11)2" DIA. BOLT CIRCLE cV I L 4 "-' CLASS 5 (1)) PORTLAND CEMENT CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. Rev. NOV 2014 anon Fe o ��/ PUBLIC gaU UWCI9 WORKS LUMINAIRE POLE DWG. NO. 3 -39 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 LUMINAIRE BASE LOCATION DETAIL IN 6' PLANTER STRIP BEHIND SIDEWALK SIDEWA K3kPLANTE 8' SIDEWALK PLANTER PLAN EDGE OF WALK O F UNLESS SPECIFIED, BASE FOUNDATION CAN BE EITHER 3' DIAMETER OR 3' SQUARE. CONCRETE PAD NOT SHOWN FOR CLARITY. SEE DETAILS, BELOW TOP OF PAD TO BE FLUSH WITH SIDEWALK SECTION GROUT UNDER POLE BASE FLANGE WALK U PLAN 11 SECTION LUMINAIRE BASE AND J —BOX CONCRETE PAD ENCASEMENT DETAIL FOR 6' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) FULL DEPTH_„ EXPANSION JOINT • CONCRETE PAD' FINISH PER DETAIL 3 -3" • • ,re0x "P�.r...•.. 2" {MIN STREET LIGHT POLE BASE 12" JIN. '-6" MIN. ,q\Q � P CURB AND GUTTER FOR 4' PLANTER STRIP (STREET LIGHT BEHIND SIDEWALK) 12 "MIN. d • • i ..4 s STREET LIGHT POLE BASE CONCRETE PAD FINISH PE DETAIL 3 -3 4FULL DEPTH 4EXPANSION JOINT ' • d. a a P� 4.. �� 4 . n 12 'MIN. 6" MINA 4' • BOX . t •• ' • ,4 • CURB AND GUTTER APRIL 2013 Orr ar Fe 0 �/�/ PUBLIC erd VWaY WORKS STREET LIGHT POLE BASE PLACEMENT AND CONCRETE PAD AROUND J -BOXES AND POLE BASES DWG. NO. 3 -39A IN Y Y A A z z B B 6" // XXXX = SERVICE CABINET LOCATION NUMBER BASED UPON A CITY DEFINED COORDINATE SYSTEM YY = THE SERVICE NUMBER, WITH MOST LOCATIONS ONLY HAVING ONE SERVICE CABINET, THUS NUMBER 1 AAZZ = CIRCUIT DESIGNATION NUMBER: EXAMPLE IS STREET LIGHT CIRCUIT 10 = SL10 BB = POLE NUMBER WITHIN CIRCUIT LEADING ZEROS SHALL BE OMITTED ALL NUMBERS /LETTERS SHALL BE TWO (2) INCHES HIGH WITH TWO (2) INCH VERTICAL SPACING ALL NUMBERS /LETTERS SHALL BE PAINTED BLACK ON THE POLE FACE NEAREST THE STREET. PAINT SHALL BE BLACK ALKYD GLOSS CONFORMING TO FEDERAL SPECIFICATION TT -E -489. FEB 2011 CRY Of Fe PUBLIC 0 MO WaY WORKS LUMINAIRE POLE NUMBERING DWG. NO. 3 -39B F- ow UY W W U LL W (Z J WO 0 < O) wrr) ir I Qr) z_ � O J (21 3 2:11VN I IAI M 01 O w 1- J 5 0 D 0 CC 0 Z 0 = 0 10 00 U D 00 Q o N d 0 0 0) o rj CL I-0 w� CC 0 U Z 00_ 0 W D 0 Z W D Q 00 H LU cD Z wmcUn0 M w= J J O F- Q�Xw O J O U=00 mC LL X I— O O z CO z<O 00r - m D � O W Z C J D CC D wO UW X I 00 �W �ONO(Z� 00 �oQmU)wY U> Z '- >) () tY� JD O 1 Q w OD Dcr UFO Qw�a Ul JZ=O =W 0_0 a-< = m J m Q 0 W X U) U O O W F- m�ZJUJ-w 0 — Jo QF-- 00 U-- W'- 0 (Ni W z �- (n > DO (21W rrW -DH� -_CC )0 3M T Q W D D 00 0< U (- w UL CC F-- O U) U 0 0 Z 00 O U to QA = BELL END PVC BUSHING LONG WELDS AT OPPOSITE CORNERS. U W z w 0 O U J F- U W J W J z 0 H < Un Z z ▪ w 0 = Q N ~ U \ O L_ ~U z Q_ o _ o Un ~ LL o ULI Z L w O Q Un 00 _1Z J < F- Q = (n Z (n I__ LT_ 00 CC D 0 O= LI I- Q W H I- D O LL _ZO 0 § Z O J W < U) W 0 CO W W J O 0 - Z Q D (n J Q m X a Q 0 M 00 I X Z Un_D WQ w O ▪ - _ N cc a O z O 1. 0 J F- z U J CDo D 3 1 1 1 s 1 1 t 1 1 t W Ul J C001- 7 I— ° Z Z mI0 U 0 0 w Z J CCQ F > OD U o F- Z w w O (n (n U w `n w w CC mO U Z00 O Q 0 H- D 0 m O 0 0 _p F-WQ 0 c}-p QWu W O >Z O 00 (XZO� Z (nU 1-1-1O - J > Owe O N W m m W W 0 Co E- v. 2 II-0 D N U) OC O F- 2 0 D I- 0 Z O U O w • o 0 N Z O D 0 0 2U) O D 00 p0 U D 0 0 U 0 CD m D U TO STREET LIGHT H- N Q W 0 < F- F- p U Z z < pW 00 < D UO(~n�Z p ~ J p U) 0 D J Z C W N c W Q U ZCDm0LL U J J • O W < 0 eL 0pmQ(nzeL ZO 1 wJQQ 0,0zzO�0w(~ J = U YW p z Z Lij (n �� UJ ^p�SN�O XDN JeF-W J O 0 < a Z C ° Z 10> I-UWO mHW Z NF -(nJU0 Op '-- Wow ZXX (nM C) W�OOW m mm 0 Do < I I <LO --) CD -)SCL� J w WW G- OO W J ct D W CL W < W �0 O o�- 0 J 0 U SPLICE KIT 3M EPDXY OR APPROVED EQUAL TO STREET LIGHT = BELL END PVC BUSHING LONG WELDS AT OPPOSITE CORNERS. REV. APR 2015 ELECTRICAL CODE (NEC) J Z 0 aN Z W O - I H N ~ U OL U Z W O Om H w W Q (n U p Z Z Q- J F- Q Z_ _ cn 'L O cn p 0� Q wW I 0 cn Z O cn Z Q W m LU ▪ W 0 �Q o ( J J Q d XO WW a m 0 0 66 w Q W _ 0 - z O Z oTt � M 0 J H 0 V w w H z 0 z 2 J J U M 0 Q. NEMA 5 -15 GROUND FAULT CIRCUIT INTERRUPTING RECEPTACLE WITH WATERPROOF COVER SUITABLE FOR UNATTENDED USE. (FESTOON OUTLET) SIDEWALK SIDE, AS CLOSE TO TOP OF POLE AS POSSIBLE. BASE DETAILS BOLT PROJECTION X = 3 "(76mm). Comes with 4 anchor bolts. 8 nuts and 8 washers. - NOT TO SCALE - X ANCHOR PLATE • B.C.: 10 1/2 "0 267mm0 • THICKNESS: 3/4" 19mm FREE OPENING 5 1/2"0 140mm0 • NOTE; This anchor plate accepts a bolt circle from 8 3/4 "0 0 11 1/8"0 222mm0 0 283mm0 - NOT TO SOME - LUMINAIRE: CAND1 —PCC —RACE 3D- 240— CN1 -1A STANDARD: SM6N- 19— FS(2)— PH7— DR— GN8— TX— LMS12511A CAST —IN —PLACE CONCRETE BASE DETAIL BOLT CIRCLE. SEE DETAIL, ABOVE. 5 — #5 VERT. REBAR AND 3 — #4 HOOPS 0 9" O.C. 36" 2" CONDUIT_�� PER PLAN BANNER ARM 24'0 7' -0" /PLANT SUPPORT PSS 16 (120 #) HOLD DOWN & LEVELING NUTS Co N I% 24'0 LUMEC "CAND 1" LUMINAIRE OR APPROVED EQUAL & SYLVANIA OSRAM D6 LED KIT OR APPROVED EQUAL LUMEC POLE FOR 18' FIXTURE MOUNTING HEIGHT CL OF POLE 2' —0" FROM FACE OF CURB ANCHORING BOLTS STEEL, 3/4 "x 27" (SUPPLIED BY LUMEC INC OR APPROVED EQUAL) LUMEC #SM6 POLE BASE HANDHOLE FOR ACCESS TO TRAY— MOUNTED BALLASTS PROVIDE BOLT COVERS. GROUT AFTER ADJUSTING AND SECURING POLE IN GRADE —i VERTICAL POSITION. %r 16'0 • 0 2" CONDUIT' PER PLAN CAST —IN —PLACE OR PRE —CAST CONCRETE BASE *0* #8 GROUND CONDUCTOR TO BONDING LUG IN LIGHT STANDARD EXOTHERMIC WELD `— GROUND ROD NOTES: 1) PRE —CAST BASE SHALL BE UTILITY VAULT MODEL 4 —LB OR APPROVED EQUAL. 2) CHOICE OF CONCRETE BASE STYLE SHALL BE AT CONTRACTOR'S DISCRETION WITH CITY APPROVAL. 3) REFER TO DETAIL 3 -30 FOR LOCATION. Rev. APR 2015 CITY OP Fe 0 Way [ V ° � Way WORKS CITY CENTER DECORATIVE LUMINAIRE STANDARD AND BASE DWG. NO. 3-43 f t 1 6" 2 80" 2" 2' k- 16" UL LISTED PER STANDARD #503 s1mA1Da rat 11M IS =BBC! DITERANCS !RUIPAhT MEETS EUSERC/PSE SPEC. TOP OF CABINET ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. SEE NOTE 5 MAX ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER SHIM TO PLUMB /4 HOOPS COMPONENT SCHEDULE OMETERBASE: 100 AMP, 4 JAW, AW I114TB, 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 oTERMINAL BLOCK TO REMOTE CELL 0 PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC 0 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 (LIFT -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 #4 BAR EACH CORNER I. N 0 0 w N BASE DETAIL 3/8" DIAMETER PLASTIC DRAIN HOLE NTS 5 r- 16' -I 15" INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. #4 BAR EACH CORNER LOCATE CONDUITS CENTRALLY IN FOUNDATION 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4" X 4" SPACE) 120/240 VAC 1' 3W . HMET MASER S ,` AWN I� CONTROL IGROUND FAULT Lit RECEPTACLE PHOTO ELECTRIC TEST SWITCH / 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 arr OP Fe 0 �n PUBLIC M O ay WORKS STREET LIGHT SERVICE CABINET DWG. NO. 3-45 r-10,75'_1 10.75' UPS MOUNTS ON SWING OUT RACK UPS RECEPTACLE CYLINDER LOCK BA ERY PA KS u� BAT PACKS I I ; LF 4KSI RAVER PA KS FAN FRONT VIEW RIGHT SIDE CYLINDER LOCK FRONT VIEW RIGHT SIDE UPS /BBS MAIN CABINET DETAIL UPS /BBS AUXILIARY CABINET DETAIL UPSIBBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. SEE NOTE 6 SEE NOTE 5 -SHIM TO PLUMB E 20" TO 26" #4 HOOPS ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPUED BY CABINET MANUFACTURER 14 BAR EACH CORNER 1 1" to 2" /M*'' SEE NOTE 2. CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2" DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS /BBS CABINETS. CONDUIT BENDS PER NEC. 3/6" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS 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 AT 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 CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILLARY CABINET. INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. ;4 HOOPS _ j4 BAR EACH CORNER LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION 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 CJINCIP 0 ��/7 PUBLIC er�ad Way WORKS UNINTERRUPTABLE POWER SUPPLY BATTERY BACKUP SYSTEM (UPSIBBS) CABINETS DWG. NO. 3 -45A Firl BA ERY PA KS u� BAT PACKS I I ; LF 4KSI RAVER PA KS FAN FRONT VIEW RIGHT SIDE CYLINDER LOCK FRONT VIEW RIGHT SIDE UPS /BBS MAIN CABINET DETAIL UPS /BBS AUXILIARY CABINET DETAIL UPSIBBS UNITS SHALL BE TESCO MODEL 22 OR APPROVED EQUAL. ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. SEE NOTE 6 SEE NOTE 5 -SHIM TO PLUMB E 20" TO 26" #4 HOOPS ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPUED BY CABINET MANUFACTURER 14 BAR EACH CORNER 1 1" to 2" /M*'' SEE NOTE 2. CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2" DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS /BBS CABINETS. CONDUIT BENDS PER NEC. 3/6" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS 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 AT 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 CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILLARY CABINET. INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. ;4 HOOPS _ j4 BAR EACH CORNER LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION 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 CJINCIP 0 ��/7 PUBLIC er�ad Way WORKS UNINTERRUPTABLE POWER SUPPLY BATTERY BACKUP SYSTEM (UPSIBBS) CABINETS DWG. NO. 3 -45A 1 8 —Penny Duplex nails 4" x 4" Post NOTES: Marking nail same side as cleat Cleat 28 "x3 "x2" under sign Direction of travel 4" x 4" Post Finish Grade Two double headed nails Aluminum cleat attached directly under sign 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 28" 30" --I 1- -- 1 " I--- 1" (2) 0. 56" 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 B449-67 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 OT4 O! Fe() ��/ PUBLIC M V M, WORKS SIGN POST DWG. NO. 3 -51 GRATE OR LID ID RING OR FRAME 0 ce � 0 0I , ,. 0 §\ \/2 Q Ei§eo 2Eƒ} 7±UU) kz2E cow Cr) <00E EXISTING CB OR MANHOLE w m U m m ± U 0 I m 2 0 H- 0 w m z 4 § z<I < Dk\ �} zDz 0 P 7Q cr < �00 \ §§I DI- 3 kj 0 o Una u( z E 2 u 2 § < F— z Z 3 / c 3 2 3 = 5 $ j $ § 0 & < R o « z g w a z 4- 0 m§ oEww &2 z § 00 \ 0 0 W <e &U k2\ 0 0 5 0 < 0 / 0 § �e U 0 <a00 <0 t # k w<YW 00 0 2 / 0§ U 0 10 /�I� < 0 LL e e 0 2 E S U< 0 0 L_§ c 2 E i Z o o o W u u Pu < w x u § §§ E 0 g k 0 rt �Uu= < \ \ § § - j 7 0 z.- o? q IN 3 N)'- BE RAISED REV: NOV 2011 J I \ 0 E� I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 1 ij =zo 00. 2@0 0m< k 2 z0 ow< \§ƒ 0O m m c'• j mm2 (R) §\§ e 0011 CONCRETE SHALL BE w 6' RISER SECTION \ ( m § .§ § ) = z . MO o #� o o 6 ~ �oz p �z c z DI <W ( ij • / O -I / oe�� §\ 0W F ) 0 &»2§ W $��) j§ §) W §/ *L3F\ * W<0w z -§ ° _ _1Wt =E 0 U) I- \/ )@ �j �k \k§ W zg ° z� 3 W<±Zo /g X< zw w\ 0 0 )0 W)- § yz� L-z o -u�z §rl.� (z >-r / as oR§ \® )3 /mow\ %§ t( 3G k� �- <X i§ �k 0 o< (= r} m) ±§ 0w (e6 °R G� I �E k \� §� §� a� MY «o® _\ • E@ zu �( «o =o 0 �m ° °0 S\ §_ °° Z53�( o\ )E /a�M b EE mz GEE3 j) �§ )2 »��� �G 0< )�.g= z kE = ® §2% < ° om }}\}_ z< }0 /( /k §([§( k§ §\ =ZU W za oa 12' RISER SECTION k oi #3 BAR EACH WAY 1 13 BAR HOOP 0 f #3 BAR EACH SIDE M F- m J ¢ 00 o w 2 F m a0 33° o F- rn w N W a w=c -i a 00 z Hwy - o o zw 3 0 Uow .=N JJ w OW)-1- 0 0 0U 0 2 Z a Q m (n:OZ W W z° O m wJ QWN Ow2< I(L)01- a N _w, mJ m,O OUm VI J =OLIW a °a W • W��W o m ~3 oM< 3wo0 UJ_Z 0 2 ¢r` awIR W zz Q \ w I ¢ Z �mm ¢ZN �N ms ZIM'' • lx_ JQ O� wQ `` 230 20 v" i_ w~mao a am Z m 2dww NQIJilO 7m F' ¢� m�z0E _ 2 owi< wocewm o 3 av WZ 3m wW w01-� 3 a mU Yi- ,--in mN33 zo °wa�zr rnY tn0 aw a c¢ioo ° Fo 0.< OZZ 0 DD- OOQpW 0 N ZY� W2 00 Z WW UI °MNa J w mw -00 jpWN U ZamWZ N~ ,FO F-F 1-wa�0 I- < 0 a0 �coUI Q 3" d WNJO� WQ Ja WOZ 2o�w0 z 0 O(Wj U 3 zw � ¢zw J3 w J U� pp}Z 0 z° w °'�= MM Z m m N 2Z �2 WQ OU Ja m = OW co Z Q z j 2= 0 I— J O a I- J O m O W (n N Q U W 2~ Q - Z - y U ¢ wmwm¢o v 2oa °� of mm Wz wwW(n3 �W F- NmO m¢mvU O NzJY3 DM U }} H� mOW� ~� O z> o 0)00 dog }pniz U wY¢O- U 44 zw w °(/�0 Om ZZ W-`�YY m0 Q YO O ow Z�~wz U1 °O vQQ>(QQna UQ�¢z 00p mFZ F F-S) I(L2 am (QnZWnY °? H . alai mvO Q o 1 I-O� °O OJ 00 WW mQMVIU Z ae UOV(�O ,(n ¢Y. occ OYa 00 <cT U) 0ce Q-< ool 0" F�Z ¢mdmma¢U Ul WOO N 0 O OO ~ 0 DZ I mU xx� wz UUd wWE50 J QZWWW Z_ ZZ wz Q =WAO Wm QW p2 <0 QYOam YO YY F-Q 03m Z W0 mm WF- N W — N M a: m m n m O z RISER SECTION r REDUCING SECTION a CM 00 a a 8g aa aw m a 8 a N 15 = o 0 J cis N ' xxx U to J Y: m O a3 1 0p m N Cl' z O W a d O w Z N Z O ce Y a a O o W U-. o N m-- Z H U 2 w a ul �v ovwingWO g ° ?� ' x' Mw Ow ° o WSiU iUm70 w °NWZm OJoU ' m00 l'AO 0 z W WO NZ } Z a N 2U2 a'W 2J0 m (n ax a'c �O W O t/I Q =N r321- J OU_MOw a •u-Oa)s' (n��� Z2 U' Ja Cl) O °a >J�U'i -' xo D�0�ce amNo �0C alz- °o o F ocna aoomo oo o °°<a a DLO wZ 0 3 000 M OM 0 n > WO r<i i w ZZQ 5OZ �N ~w?w QWV)aoo OU� °� .t0. w Q Ui W —Do i JO o Ww3aa ,cG Qyw 0U wao�w oom .m O�,IIY Iiw 0- Jwaag w N OF �(�j4 OjV1JZ U(O NJo )- NFx-Qe'Jm V-WOWZ 0m J J U %w z° ‹0 w=a pW UJ 2n -J UlJ °r U g° :j JZU w OW w0 uize � N<00 a W0Inw0 p3d'ONOOi DpKO(n NN.'� JjJ f d U°W wozR ?N col -7az SZaela_ JOZ aUO4d Oa 4 C� 3m m�H oZm WO0 1yj QYUF -� Omwt0= WmWNc Vox 3a D- ow H Jg�Z s)61xao UZ oozaO '3xMt1�wN gpowo LaA z xd o° 130 Q =,(�ZQ 00 0,,YZY UFaa"W0 u_- 3NQUZZ zLL.W n~ N° ° 0 rwr z'Z ZQU 2 wF 4�NWZ �p Um� O aZwOa Wxm m° Jo WO moo _ V1 4 Far (nw NOOZ° OU m7ZJYa OJQ W° m'Q W� Ind OW W3 M y ��_o 9zp� w zw iiw Yacxn�� xz50- mzi o% ao La° Z o o- lyJ w� NX�N w p>z; w� w 0 02z °Zpi <4x _a Wo JOU oa Wz Nm QO0 J -W (On oow NO 5 UUO . S(�l1Z?i� Q aY�3LLw YO(A <m0 Ua2mE atn0 to a n rn o z bon IJ C3 � W 0 ' 0 i 0 a «/ § • \ k\ A \ \� / �§ ° 3 § \f \\ <_$ S #S > w0 �40a 2( j70 t )� \ +§» 0}\ §f \$\ \a { \} ~\�} 70 \ �6} f \ 0 G *a�\ \> }° % ® ¥ \$} \ 3/ d \3§ e 4( m z \=3a 'i ,o0 o \>m = m 4 Sow o° \< /o 00 5 ?&{ \f ~6 / \ m S \ I 5�� k} \ \ ¥ _§ _-, o» «) , ko m 2m ZT- 3 \2{ \\ / \ °- / 0° .\ i--.1(1- \\ «\ (\ i \\\ \ \ \* $f 4W \ §)± \= i r2 St f6} »} 3 °« $« 6 0 z \ «§ o gg$ oz \§� %/P « o o« �= aa= E� n44 *x -/ {& I == S2 i° °� ±i\ }i \Z iZ f »\¥ �� �� °° }}\ 6�6» °° > a a • X N X n In 0 0 E z g I U 0 0 8 s a a U in" < 1N) .tt .1 r i u u J °O N fI n I—I .9 /L 01 5ia 0/L l In 0 n 16' X 22' OPENING N X 0 h Cg X E MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. ET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. JULY 2014 U Y m O a3 1 t i 1 1 1 f J cc W La N C 0 W i J 0 TC zQ NU ? : 0 T z REV MAR 2011 0 N- N ii ,or NI N 9 • :I: ,L 9 SECTION B -B zld HOOD ATTACHES AS SHOWN. SECTION C -C M W 0 O Z 0 M ASTM A48 CLASS Z 0 MATERIAL IS CAST SEE DWG. NO. 4 -10 FOR VANED GRATE. SURFACE OF HOOD SHALL BE 3/16" NON -SKID DIAMOND. PATTERN ON TOP SHALL BE GALV. OR CORROSION RESISTANT. I- z 0 BOLT, WASHER, N M d IL__ _ N N SECTION A -A 0 0 z M f1� W' NLET FRAME THROUGH -CURB U Y IX m0 a_ 3 amino MOO '3N00 33Vdans AvMavoa -I V m ce U SECTION B- SECTION A -A w U- w O 0 z 0 0 U 0 I- 0 W CO -) • W W V) U I- O N mf O F L ^�Z 0 Q I- JU) W F a V) j I= M D W NN L, to UO dQ 0 3? O. O Z JV)N Q ZW �d ef mod' 0JV) Q O z wW mww z MQ' > CI ZNU Dm Q twig ow 0Ma w 6p zo 00 W} OJ U U CLp 0 �W < OQ_�Q -. O (J) 1- CC 03 V1 > }aa Nc0 OO OO Nw 0 m a 0 - U �V)2o Jp JJ O 1 a 3 Z w < ul - m J J 3 o WO V) I- -I a0 Oa �O W V) I- Ocn�rn Mro P� ?can 1-O N Ni d In c0 O z 0 VANED GRATE (FOR USE U N J Y m� 0 a3 i 1 1 1 1 PROTECTION • a WOE U) H m ~ V) Ow2J�� H�F-QF O d ? m 0 < Z w W Z aN m m m v)Z �QOO U m z w(-) z JUpONZOZ03 1- J U N U F U = J J J F_ ? m Er N O Z H m= ) 0Q awz>_ w m Q m 0 U) N J LF" U) U) U �CC > Q m J C ww U)J2w2 F- YYgwFb Z m Q C) ]C 2 W U2E 2E « o? O Z N M d INSTAL ATION F- 0 J 0 z_ `J! 0 INSTALLATION w I— I- CURB AND 0 z W 2 z 0 r z W Q. z 0 I- J J 0 a. W i- < 2 0 F- co 11 1/16" FROM CENTER .e /s T s. a I C or COVER SKID DESIGN SECTION A -A MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80 -55 -06 120' AND 9 1/2" RADIUS. DRILL THREE 1 INCH HOLES SPACED N WAY" SHALL BE OMITTED IF COVER 0 N O Z N U r, ce W 0 0 Z Y U 0 J Z 0 6i U N J m IX O a3 lb 0 1 1 1 0 z M g0 Ce w 0 C) 0 Z_ U 0 J 0 Z m 0 ce ce 0 w w 2 Q cc w CLEANOUT I 1 1 I I I I 1 I I I 1 I I I I I I 1 12" 6" i 4" f 40" PROVIDE 1" COVER MIN. (TYP.) • • • • • • • • 36" #5 HOOP BARS (TYP.) #5 HOOP BARS (TYP.) #4 HOOP BARS (TYP.) APRIL 2015 ��p PUBLIC erred MY WORKS CONVERSION RISER (CONVERTS RECTANGULAR LID TO ROUND LID) DWG. NO. 4 -18