Loading...
AG 17-110RETURN TO: PW ADMIN EXT: 2700 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT /DIV: PUBLIC WORKS / STREETS 2. ORIGINATING STAFF PERSON: ChRISTINE MULLEN 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) EXT: x2723 3. DATE REQ. BY: 25 -5E7'-201 7 ❑ 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 X OTHER CONTRACT CHANGE ORDER AG# 17- I I 0 4. PROJECT NAME: STEEL LAKE PARK TO DOWNTOWN TRAIL 5. NAME OF CONTRACTOR: CECCANTI, INC. ADDRESS: 4 I I G BROOKDALE RD EAST E -MAIL: N/A SIGNATURE NAME: DONNA MOTLAND TACOMA, WA 98440 TELEPHONE: (253)307-778G (Ed) FAx: N/A 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 ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 7. TERM: COMMENCEMENT DATE: 7/';/.2-01 7 COMPLETION DATE: PROJECT ACCEPTANCE $81 2,598.56 (ORIG. CONTRACT) 8. TOTAL COMPENSATION: $ + $ 923.02 (THIS CHANGE ORDER) = $813.52 I .58 (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR o RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To: 30G -4400- 200 - 595- 30 -G35 9. DOCUMENT / CONTRACT REVIEW M PROJECT MANAGER la) DIVISION MANAGER X DEPUTY DIRECTOR )6 DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT 10. COUNCIL APPROVAL (IF APPLICABLE) INITIAL / DATE REVIEWED INITIAL / DATE APPROVED Gyn a°. seep •2014 zrk) (M /4(y6/l7 N/A COMMITTEE APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING X SENT TO VENDOR/CONTRACTOR DATE SENT: Z1 • • 2.0 ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSE , 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.) COUNCIL APPROVAL DATE: N/A DATE REC'D: 4 dal in ❑ FINANCE DEPARTMENT ❑ LAW DEPT SIGNATORY (i• OR DIRECTOR) ❑ CITY CLERK :ASSIGNED AG # SIGNED COPY RETURNED ❑ RETURN ONE ORIGINAL COMMENTS: EXECUTE " 2 " ORIGINALS INITIAL / DATE SIGNED ;M37 i%/ZWGT,iflG't` o . ALL DATE SENT: 011-2q .i.- 4/20(7 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG #: 17 -110 1 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE Steel Lake Park to Downtown Trail Ceccanti, Inc. PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: This Change Order covers the work changes summarized below: 1. SPARE FIBER CONDUIT The original plans do not include a spare conduit for future fiber expansion by the City. This change adds a spare 2" conduit in the following locations: road crossing (open trench) at STA 19 +00; open trench from STA 13 +36 to 19 +00; and from STA 12 +00 to 13 +36 which is already planned to be bored. The costs associated with this change are as follows: Mobilization Spare 2" conduit installed in existing open trench (STA 13 +36 to 19 +00) Type 1 Junction Box, Lockable, Slip Not (Qty. 3) Spare 2" conduit installed in existing open trench road crossing (STA 19 +00) Spare 2" conduit pulled in within bore limits per plans (STA 12 +00 to 13 +36) Ceccanti Subcontractor Markup (12 %) Ceccanti Bond Fee (1 %) SUBTOTAL — WEST COAST TOTAL $ 300.00 $2,435.00 $1,215.00 $ 455.00 $ 900.00 $5,305.00 $ 636.60 $ 59.42 $6,001.02 This change order adds a new bid item, "Bid Item #69, Spare Fiber Conduit ". This new bid item will be paid on a lump sum basis. This modification results in a net increase to the $6,001.02. #69: 1 LS X $6,001.02 /LS = $6,001.02 contract amount of 2. STREET TREES The original plans for the project specified ten Barrett Cole /Apollo Maple 2.5" caliper trees along with four Paperbark Maple 2" caliper trees. RFI #1 was submitted and approved which allowed for the substitution of 2" caliper Barrett Cole trees in lieu of the 2.5" trees as the nursery supplier was unable to locate the larger trees. This change order reflects a $15 credit per tree. The original unit price for "Bid Item #44, PSIPE Acer saccharum 'Barrett Cole' / Apollo Maple 2.5" Caliper" was $508.85 per each. The adjusted unit price per this Change Order is $493.85. This modification results in a net decrease to the contract amount of $150.00 #44: 10 EA x $ -15 /EA = $- 150.00 Change Order No. 1 continued 2 of 3 3. PAVEMENT MARKINGS The pavement markings shown on the plans are plastic. This section of S 312th Street is planned to be overlaid in 2018, thus painted pavement markings is a more logical choice to be installed in conjunction with the sidewalk improvements. This change order reflects the deletion of the plastic pavement markings and a new bid item for the painted pavement markings. "Bid Item #63, Plastic Line" and "Bid Item #64, Plastic Crosswalk" are deleted. Two new bid items, "Bid Item #70, Painted Line" (unit price of $1.47 & estimated quantity of 1800 LF) and "Bid Item #71, Painted Crosswalk" (unit price of $5.09 & estimated quantity of 100 LF), are added. This modification results in a $4,928.00. #63: -1800 LF x $4.02 /LF #64: -100 SF x $8.47/SF #70: 1800 LF x $1.47 /LF #71: 100 SF x $5.09 /SF net decrease to the contract amount of $- 7,236.00 $- 847.00 $2,646.00 = 509.00 $- 4,928.00 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 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? (bid item deleted) (bid item deleted) (new bid item) (new bid item) and all provisions of the Yes Yes x No No THESE ITEMS HAVE MODIFICATIONS TO UNIT PRICES INVOLVED IN THIS CHANGE: ORIGINAL UNIT PRICE ITEM UNIT INCREASE / NO. ITEM PRICE DECREASE PSIPE Acer saccharum'Barrett Cole/Apollo $508.85/EA $-15.00/EA 14 Maple 2.5" Cal., 12' -14' THESE ITEMS HAVE MODIFICATIONS TO QUANTITIES INVOLVED IN THIS CHANGE: QTY. INCREASE / DECREASE -1800 LF -100 SF ITEM NO. 63 64 ITEM Plastic Line Plastic Crosswalk ORIGINAL QTY. 1800 LF 100 SF REVISED UNIT PRICE $493.85/ EA REVISED QTY. 0 LF 0 SF THESE NEW ITEMS HAVE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE: ITEM NO. 69 70 71 ITEM Spare Fiber Conduit Painted Line Painted Crosswalk ESTIMATED UNIT QUANTITY PRICE 1 LS $6,001.02 1800 LF $1.47/LF 100 SF $6.09 /SF ADDITION $6,001.02 $2,646.00 $509.00 Change Order No. 1 continued SUMMARY OF CHANGE ORDER COSTS 1) Spare Fiber Conduit 2) Street Trees 3) Pavement Markings TOTAL NET CONTRACT: $ 6,001.02 $ - 150.00 $ - 4,928.00 $ 923.02 INCREASE $ 923.02 DECREASE $ 3 of 3 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 $ 812,598.56 $ 0.00 $ 923.02 $ 0.00 $ 813,521.58 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. MARWA SALLOUM, P.E. PUBLIC W ) RKS DIRECTOR RETURN TO: 1W Aaft fl EXT: 2-Z(57:) D4. 01233 3to5 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / J -reefs 2. ORIGINATING STAFF PERSON: 0 /hri5 -hrle. t 1.AA Lr1 4. TYPE OF DOCUMENT (CHECK ONE): -a- CONTRACTOR SELECTION DOCUMENT (E.G., X PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE ❑ CONTRACT AMENDMENT (AG #): ❑ OTHER FtFP, RFQ) EXT: yC 27 3. DATE REQ. BY: ,, 1\‘() \r--X 4 - \u,ne- 20 ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL 5. PROJECT NAME: 54 ee t. Lome, P C L r ) ' D O 6. NAME OF CONTRACTOR: a CC-Carl-Ai ) _L-(1 C. • �lI 0 ADDRESS: _ 4u' Sr 'OO� dci ie. �Ci E •) 'roC.liiitx, wpc �� TELEPHONE: C 3-) 53 7 2a RD E -MAIL: FAX: SIGNATURE NAME: DO r\ ✓1Gl MO-I- MCi TITLE:�G p • Seer -t'G4.Ir' j 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 # d4 1.00169 BL, EXP. 12/31/17 UBI #1:002t'l' 4 , EXP. 10 /3 l / 17 y, 8. TERM: COMMENCEMENT DATE:_c p 1� cxectAA C� o /✓1 COMPLETION DATE: f ro e. - C(o rpl Fi ► `0 () 9. TOTAL COMPENSATION: $ . w Uk 2-, 5-%v o 5W AX � (INCLUDE EXPENSES AM) SALES T , IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY ❑ PURCHASING: PLEASE CHARGE To: W(0- 4-100 2c)D -n95 - — Q 50 12Ft. �ry, � INITIAL IAL D T E APPROVEIT 9- url -.0 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER X DIVISION MANAGER ■ jtl. DEPUTY DIRECTOR Az DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) LAW DEPT Q PRO 7 11. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: J- PAC-26 .. COUNCIL APPROVAL DATE: 3 J�i-jar) A u-W o ri�0�-i`iov t -{ r� p� a ,, /J G� DATES (et v L I7. DATE REC' D: L, /2 1 (i / TIFICATE LICENSE EXHIBITS 12. CONTRACT SIGNATURE ROUTING oolt SENT TO VENDOR/CONTRACTOR ✓ ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, , IN , AL DATE SIGNED 14 LAW DEPT 19� CHIEF OF STAFF SIGNATORY (MAYOR OR 13HtEle-TeR) CITY CLERK ASS IGNED AG # RETURN OW ORIGINAL COMMENTS: 2- EXECUTE "0 ORIGINALS -i -X-. -- Oiv DOC.S FOR yours (� E ( Aj -V-i c - -ro mid O pen in# da+es, toca- fio►'1) # oC ��uOd I f1 t _e 11 ‘-‘,‘-‘,1-143e i'1e I to a A- T�veen5l Ne=1. � �+e da s cure h' hli A ndmetri175 (41' l tiled ; n ks io L 1/15 (�¢ 1(4t% —rnWcr Ci'1 ruet.Y �2. I►'[T" - over -. Proviions, Apx. A o tA. Oe. prri:n+ea or Color tea_:- `c on one 46te,'- oc , :, V . Ap? eiThd t D (CtetyI h repori,) is b -irl q --fti61,14ect by cur CoristA- I -ate- Luc cult_ add 1+ be{o►'e Tu.1:71i3hCro -bid -1/45.--L-- . thanks) Ch M s-kia6 q21/)7 CECCANTI. INC UBI Number Category Profit/Nonprofit Active /Inactive State Of Incorporation WA Filing Date Expiration Date Inactive Date Duration Agent Name Address City State ZIP Address City State Zip 600219994 REG Profit Active WA 10/01/1976 10/31/2017 Perpetual RICHARD CECCANTI 4116 BROOKDALE RD E TACOMA WA 984460000 Governing Persons (as defined in RCW 23.95.105 (12) ( htgrJ/ appiegwagov/ RCW /supdefaultaspx?dte=23.95.105)) ,'tle Name Address Governor MOTLAND, DONNA 1113 187TH AVENUE EAST LAKE TAPPS, WA 98391 Governor VANDERGRIEND, JON 31 COUNTRY CLUB DRIVE S W LAKEWOOD, WA 98498 Governor CECCANTI, RICHARD 15407 SPANAWAY LOOP ROAD SPANAWAY, WA 98387 CECC NTI LETTER OF TRANSMITTAL WE ARE SENDING YOU: Attached DATE: June 29, 2017 JOB: 782 RE: Steel Lake Park Contract — RFB # 17 -002 TO: Copy 3 City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Description RECEIVED JUN 2 9 2017 CITY OF FEDERAL WAY PUBLIC WORKS DEPT. Hand Delivered 06 -29 -17 Contract, Performance /Payment Bonds, Retainage Bond & Insurance REMARKS: If you have any questions please call 253 - 537 -2990, Ext. 25 COPY TO: file SIGNED: Xrtstie Rojas Kristie Rojas — Project Administrator Kristie@ceccantiinc.com CE CC Al 227CB If enclosures are not as noted, kindly notify us at once. CECCANTI INC GENERAL CONSTRUCTION 4110 BROOXDALE RD. E. TACOMA WA 90440 12531 537.2990 FAX 12531 5371943 1 1 ri ri r 1 1 1 1 1 1 1 f -�L J 1 l CERTIFICATES AS TO CORPORATE SEAL Notary Public of Washington State,Co of Pierce I hereby certify that I am the 4Assistar}t} Secretary .4 the- C-orporatieAA flarr+ed- 89- Principal -I r the witbir4 bend+ that Jeffrey Thomas , who signed the said bond on behalf of the Principal, was Vice President of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. M \55gN E , • `NOTARY PUBLIC `C '•,,"RV• • ',ablic of Washington State, County of Pierce I hereby certify that I am the �: ��: �� �:•trausteiwi xars ttondpc that Jennifer L. Snyder who signed the said bond on behalf of the Surety, was Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. of- Assistants ear/ Notary Public APPROVED AS TO FORM: /Amy Jo Pearsall, City Attorney City of Federal Way S 304th St at 28th Ave S RFB ,er. 1 -15 Page 54 Notary Public A-43.:e" �OTAR PUBL1C :' = ,, ,, • RFB # 15 -004 March 2015 1 Federal Way ORIGINAL CONTRACT # 1 of 3 CITY CLERK BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Steel Lake Park to Downtown Trail HLP- 0443(008) Conformed Bid Document RFB # 17 -002 City of Federal Way Public Works Department 33325 Eighth Avenue South Federal Way, WA 98003 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR Steel Lake Park to Downtown Trail RFB # 17 -002 Bids Accepted Until 9:00 a.m., May 17, 2017 Bids Opened 9:10 a.m., May 17, 2017 AT: City of Federal Way Hylebos Conference Room 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: KPG 3131 Elliot Ave Suite 400 Seattle, WA 98121 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page i RFB # 17 -002 2017 TABLE OF CONTENTS PAGE PUBLIC NOTICE - REQUEST FOR BIDS 1 BIDDER'S CHECKLIST 3 SECTION 1: INSTRUCTIONS TO BIDDERS 5 SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 12 ATTACHMENT A: NO BID RESPONSE FORM 18 ATTACHMENT B: BID FORM 19 ATTACHMENT C: BID SCHEDULE 21 ATTACHMENT D: BID SIGNATURE PAGE 24 ATTACHMENT E: BID BOND FORM 25 ATTACHMENT F: SUBCONTRACTOR LIST 26 ATTACHMENT G: COMBINED AFFIDAVIT AND CERTIFICATION FORM 27 ATTACHMENT H: CONTRACTOR'S COMPLIANCE STATEMENT 29 ATTACHMENT I: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 30 ATTACHMENT 3: PUBLIC WORKS CONTRACT 31 (with Exhibits A -H and Appendices as attached) Exhibit A Exhibit B Exhibit C Exhibit D Exhibit E Exhibit F Exhibit G Exhibit H Notice of Completion Contract Change Order Agreement Contractor's Retainage Agreement Retainage Bond to the City of Federal Way Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Certificate(s) of Insurance Performance /Payment Bond Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES SPECIAL PROVISIONS BLUE PAGES APPENDIX A: PREVAILING WAGES AND BENEFIT CODE KEY PINK PAGES APPENDIX B: WSDOT STANDARD PLANS WHITE PAGES APPENDIX C: FEDERAL WAY STANDARD DETAILS WHITE PAGES APPENDIX D: GEOTECHNICAL REPORT & BORING LOGS WHITE PAGES City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page ii RFB # 17 -002 2017 CITY OF FEDERAL WAY PUBLIC NOTICE - REQUEST FOR BIDS STEEL LAKE PARK TO DOWNTOWN TRAIL RFB # 17 -002 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through Wednesday, May 17, 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 9:00 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 Wednesday, May 17, 2017, at the Hylebos Conference Room (City Hall 2nd Floor), 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: Improvements for the Steel Lake Park to Downtown Trail project are located primarily on the south side of S 312th Street (24th Avenue S to the entrance to Steel Lake Park). Improvements include, but are not limited to the following: new asphalt concrete pavement, curb and gutters, sidewalks, drainage improvements, retaining walls, illumination, landscaping, RRFB modifications, signing, channelization and other work. The Contractor shall complete all work within 60 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 email at Christine .Mullen @citvoffederalway.com, 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 1 RFB # 17 -002 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 24th day of April, 2017. Dates of Publication: Daily Journal of Commerce: April 26, 2017 May 3, 2017 Federal Way Mirror: City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 2 April 28, 2017 May 5, 2017 RFB # 17 -002 2017 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. 2 Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. R'r Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. L Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. (� Bid Bond Form (Attachment E) This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five percent (5 %) of the total bid amount and shall be shown in both words and figures. Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. Combined Affidavit and Certification For (Attachment G) This form must be subscribed to and sworn before a Notary Public and notarized. �-� Contractor s Compliance Statement (Attachment H) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. Proposal for Incorporating Recycled Materials (Attachment I) The Contractor's Proposal for Incorporating Recycled Materials into the Project shall be filled in and fully executed by the bidder. t.d Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. Contractor's State Identification Numbers The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 3 RFB # 17-002 2017 ge 6 Bidder's Checklist vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: Public Works Contract (Attachment J) The successful bidder will fully execute and deliver to the City the Steel Lake Park to Downtown Trail Public Works Contract ( "Contract ") from these Bid Documents. ❑ Contractor's Retainage Agreement or Retainage Bond (Exhibit C or D) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Agreement or Retainage Bond. Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit E) If this applies, the successful bidder will sign and post copies of this Notice in conspicuous places available to employees or applicant for employment. Certificate of Insurance (Exhibit F) The successful bidder will provide a Certificate of Insurance evidencing the insurance requirement set forth in the Contract. Performance /Payment Bond (Exhibit G) The successful bidder will provide a fully executed Performance /Payment Bond as appropriate. Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 4 RFB # 17 -002 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 May 17, 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 Hylebos Conference Room on May 17, 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. 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. City of Federal Way RFB # 17 -002 Steel Lake Park to Downtown Trail Page 5 2017 RFB ver. 4 -16 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. 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 6 RFB # 17 -002 2017 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 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: City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 7 RFB # 17 -002 2017 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 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 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 8 RFB # 17 -002 2017 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. G. Attachment G— Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. City of Federal Way Steel Lake Park to Downtown Trail Page 9 RFB ver. 4 -16 RFB # 17 -002 2017 I. Attachment I— Proposal for Incorporating Recycled Materials 1 -17 Conflicts of Interest and Noncompetitive Practices By submitting a bid, the Contractor agrees as follows: A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and /or provided under this contract and that it shall not employ any person or agent having any such interests. In the event that the Contractor or its agents, employees or representatives hereafter acquires such a conflict of interest, it shall immediately disclose such interest to the City and take action immediately to eliminate the conflict or to withdraw from this contract, as the City may require. B. Contingent Fees and Gratuities 1. That no person or selling agency except bona fide employees or designated agents or representatives of the Contractor have been employed or retained to solicit or secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and 2. That no gratuities in the form of entertainment, gifts or otherwise, were offered or given by the Contractor or any of its agents, employees or representatives, to any official, member or employee of the City or other governmental agency with a view toward securing this contract or securing favorable treatment with respect to the awarding or amending, or the making of any determination with respect to the performance of this contract. 1 -18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an amount equal to five percent (5 %) of the Total Bid Price as indicated on Attachment B, "Bid Form," or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and /or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E, "Bid Bond." If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid Bond." Any questions as to the qualification of the banking institution or instruction shall be submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 10 RFB # 17 -002 2017 The City further reserves the right to hold all bids (and the accompanying bid security) from the date of the bid opening until the contract and any performance /payment bond are executed, provided that such period does not exceed ninety (90) days, and each bid shall remain effective during that period. 1 -19 Performance /Payment Bond The bidder to whom the City has awarded this Contract will remove the Performance /Payment Bond (Exhibit G) attached to the Public Works Contract and deliver it to the City fully executed by the bidder and a surety company in the amount of one hundred percent (100 %) of the contract price as security for the faithful performance of the work including the payment of all persons furnishing materials and performing labor on the work and all payments arising from the performance of the work due the State of Washington pursuant to Titles 50 and 51 RCW. Such bond must be executed by a duly licensed surety company, which is registered with the Washington State Insurance Commissioner, and the surety's name shall appear in the current Authorized Insurance Company List in the State of Washington, published by the Office of the Insurance Commissioner. The scope of the Performance /Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8 "Indemnification" of the Public Works Contract. The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. 1 -20 Bid Dispute A. Any actual or prospective bidder, including sub - contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2) the RFB number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Federal Way 33325 8th Avenue S City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 11 RFB # 17 -002 2017 Federal Way, Washington 98003 Attention: Bid Protest -- Steel Lake Park to Downtown Trail RFB # 17 -002 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. 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; Combined Affidavit and Certification City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 12 RFB # 17 -002 2017 Form; Contract, Contractor's Compliance Statement; Proposal for Incorporating Recycled Materials; Public Works Contract; Notice of Completion of Public Works Contract attached as Exhibit A; Contract Change Order Agreement attached as Exhibit B; Contractor's Retainage Agreement attached as Exhibit C; Retainage Bond to the City of Federal Way attached as Exhibit D; Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E; Certificate(s) of Insurance Form attached s Exhibit F; Performance /Payment Bond attached as Exhibit G; Title VI Assurances attached hereto as Exhibit H; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction; Amendments to the Standard Specifications; Contract Special Provisions; Addenda and Change Orders; Prevailing Wage Rates attached as Appendix A; WSDOT Standard Plans attached as Appendix B; Federal Way Standard Details attached as Appendix C; Geotechnical Report and Boring Logs attached as Appendix D; and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Document)." 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 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 13 RFB # 17 -002 2017 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 Warranty All materials and equipment sold and labor performed under this contract are warranted by the Contractor to be free from defects in materials or workmanship for a period of at least one (1) year from date of delivery and installation; provided, however, that this warranty may extend beyond this time period pursuant to any attached warranties. If the merchandise sold or work performed hereunder is defective on account of workmanship or materials, the Contractor agrees to replace the merchandise or, at the City's sole option, repair the defective merchandise. All defects in work or materials shall be promptly corrected. 2 -10 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 2 -11 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2 -12 Applicable Law and Forum City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 14 RFB # 17 -002 2017 Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. 2 -13 Hazardous Chemical Communication In order to comply with WAC 296 -62 -054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 2 -14 Delivery and Liquidated Damages Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with 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 -15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2 -16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 15 RFB # 17 -002 2017 The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data "), shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2 -17 Patents and Royalties The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2 -18 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 -19 Recycled Products City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 16 RFB # 17 -002 2017 The Contractor shall use recycled paper for proposals and for any printed or photocopied material created pursuant to a contract with the City whenever practicable and use both sides of paper sheets for reports submitted to the City whenever practicable. In the event this RFB covers the sale of product to the City that is capable of containing recycled materials, Contractor is hereby advised that the City intends to procure products with recycled content, pursuant to the recycled content notice delivered with these bid documents. Contractor shall certify the percentage of recycled content and products sold to the City, including a percentage of post- consumer waste that is in the product. This certification is required to be in the form of a label on the product or a statement by the Contractor attached to the bid documents. The certification on multi- component or multi - material products shall verify the percentage and type of post- consumer waste and recycled content by volume contained in the major constituents of the product. The Contractor agrees to grant the City, as a procuring agency, permission to verify the certification of 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 17 RFB # 17 -002 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. 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 -002 Bid Title: Steel Lake Park to Downtown Trail ❑ 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 18 RFB # 17 -002 2017 1 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 STEEL LAKE PARK TO DOWNTOWN TRAIL Bidder: e cu)s\.Cl \.o . Date: ITEM BID AMOUNT A) Schedule A Roadway Improvements $ 812 S q8 S6 TOTAL BID AMOUNT (including Washington State sales tax, all other government taxes, assessments and charges) $ t a, -gq8 . s 6 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 Steel Lake Park to Downtown Trail, 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 Steel Lake Park to Downtown Trail, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above - referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5 %) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute Steel Lake Park to Downtown Trail 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 61 Dollars ($ ) The Bidder shall complete this entire Bid Form or this bid may be considered non - responsive. The City may correct obvious mathematical errors. The 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 19 RFB # 17 -002 2017 e 22 Attachment B Bid Form vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Receipt of the following Addendums is hereby acknowledged: Addendum No. , Date Issued: 5tCki i Addendum No. Date Issued: Addendum No. Date Issued: Corporation /Partnership /}ndividuat (Delete Two) Bidder's State License No. Bidder's State Tax No. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 prr r1¶`.. Firm Name Signature Donna Motland Corporate Secretary Title Page 20 RFB # 17 -002 2017 e 23 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 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 Steel Lake Park to Downtown Trail ROADWAY IMPROVEMENTS All unit prices in Bid Schedule A shall include applicable sales tax. ITEM NO. ITEM DESCRIPTION UNIT PRICE IN WORDS UNIT APPROX. QUANTITY UNIT PRICE DOLLARS CENTS AMOUNT DOLLARS CENTS 1 Unexpected Site Change CALC 1 $10,000.00 $10.000.00 2 Construction Surveying LS 1 121F1s5 ctrl ,Z-181.t5•'J'1 3 As -Built Survey and Record Drawings LS 1 4,12S8.`3 :t +- 01$, 3 % 4 SPCC Plan LS 1 95 Mobilization LS 1 {'�53U.C- �,{0r0/I/') 00 V 80,000.00 6 Traffic Control Supervisor LS _ 1 I4r) ' . 5,9l. E1\ 7 Flaggers and Spotters HR 640 1141, 3i %M IX) 8 Other Traffic Control Labor HR 200 t3C114` 111S3a.c0 9 Other Temporary Traffic Control LS 1 r\s,S(, .6±) OIOU 33 10 Construction Signs Class A SF 280 X5,"1') —1t DV-1.40 11 Clearing and Grubbing LS 1 :- 1SC-1 a,0 12 Roadside Cleanup EST 1 $3,000.00 $3,000.00 13 Removal of Structure and Obstruction LS 1 'L1 7414.'1 Z L..y 14 Remove Existing Catch Basin EA 2 1.41.4, 11-6 9kA 1G 15 Remove Existing Storm Sewer Pipe LF 170 • - '-I_ .i D .`, 16 Sawcutting LF 900 .1y 1,9 ap,CIO 17 Gravel Borrow for Trench Backfill Incl. Haul TN 300 9.09ke.0o 18 Roadway Excavation Incl. Haul CY 560 aL 1.\ 131.140 19 Unsuitable Foundation Excavation Incl. Haul CY 100 34.C. 1 -3)401- CO 20 Shoring or Extra Excavation Class B SF 2,300 I I d l'W 21 Crushed Surfacing Top Course TN 180 3,1 15 5, (aO3.4 -0 22 Crushed Surfacing Base Course TN 440 3I.1 a, ;_., (g9 ocNL. 23 HMA Cl. 1/2" PG 64 -22 TN 370 { S.00 s7 3507 'age 2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 24 Temporary Pavement TN 20 :,' , 3 VCyS,a0 25 Structural Earth Wall SF 1,300 � J' �/7f ! . S S 3 3 505 : 26 Gravel Borrow for Structural Earth Wall Incl. Haul TN 990 l..`' ., -. , , A 1,n1i` \ "L 27 Reconnect Existing Misc. Drainage LS 1 11bt13&01-'i 1''5 VS. \)y 28 Drain Pipe 6 Inch Diam. LF 30 1'3'1,x.5 4WI.50 29 Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. LF 430 813.'):1 3'1151\0.10 30 Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. LF 18 1 '3$.fX?J a1'195_ Jli 31 Catch Basin Type 1 EA 2 11y11,I % a1 1113 %2 32 Catch Basin Type 1L EA 2 IVa,,1 Pyg.11a 33 Catch Basin Type 2, 54 Inch Diam. EA 2 J) Y/310 ..-5 1, O,Q 34 Adjust Existing Storm Drainage Structure EA 3 uCAU % a,MCj,klaft 35 Connection to Existing Drainage Structure EA 1 aivs-Int a1o3�.�1 36 Stormwater Media Filter (Modular Wetland Unit) EA 2 aC\ \C45.55 5$8391.10 37 Erosion Control and Water Pollution Prevention LS 1 ally`i-In a1, 6241_(J 38 Inlet Protection EA 11 1S.GS SaS.55 39 Silt Fence LF 740 11.1a � su .. gu a 40 Topsoil, Type A CY 40 5-1.4 'a'aC1l1.►krj 41 Bark or Wood Chip Mulch CY 15 5.12\ g -I9AS 42 Seeded Lawn Installation SY 50 0-04 EN i, Otili. O 43 Sod Installation SY 290 l 3 . 3 q �tg 3, 8 p o J. to 44 PSI PE Acer saccharum 'Barrett Cole/ Apollo Maple 2.5" Cal., 12' -14' Ht. EA 10 r gO 8. 8 J r g, 0 °8. 7o 45 PSIPE Acer gnseum /Paperback Maple 2" Cal., 10'- EA 4 ‘17‘.7,2 0°6.6E3 46 Property Restoration EST 1 $3,000.00 $3,000.00 47 Root Barrier LF 224 8,15 0, ocx(, Dp 0 48 Automatic Irrigation System Complete LS 1 (q YZ 7% 1 yl tra7 83 49 Extruded Curb, Type 6 LF 110 c2.,1 . q 3 L,3 t7r 3O 50 Cement Conc. Curb & Gutter LF 830 )_ (8/C17.7. i 51 Cement Conc. Pedestrian Curb LF 100 I ,7 7 (, G77,00 ive 25 ided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 52 Integral Curb SF 70 G2„5 , "l 9f (,8 t q .30 53 Cement Conc. Driveway Entrance SY 200 S ( , 85 `0, 3 70,00 54 Raised Pavement Markers, Type 2 HD 2 37 °' ; ' 55 Black Vinyl Coated Chain Link Fence Type 1 LF 230 t..t ; * ° 56 Thickened Edge Sidewalk LF 230 C7,4 q q60$2.2 , 70 57 Cement Conc. Sidewalk SY 600 39. Sq c23, q'' ,�y� 58 Cement Conc. Curb Ramp EA 1 © `, G (io..% (, 6`//(o,8C 59 Detectable Warning Surface SF 30 3i , 40 f II 5. 60 Illumination System Modifications, Complete LS 1 7.,a00.00 74(2.000o 61 RRFB Signal Modifications, Complete LS 1 17, '546, 67 t 7,546,67 62 Permanent Signing LS 1 tq 1381, 63 1q 138q. 6 3 63 Plastic Line LF 1,800 44 • a2 7, 2,36.00 64 Plastic Crosswalk SF 100 g.47 84 7, o0 65 Painted Bicycle Lane Symbol EA 3 l 32 . 38 3q7. i y 66 Remove Pavement Markings LS 1 2, 4 88.71 .l468.7q $10,000.00 67 Potholing FA 1 $10,000.00 68 Resolution of Utility Conflicts FA 1 $10.000.00 $10,000.00 TOTAL SCHEDULE A (bid items include sales tax) 81,21 Q �` Wage e 26 vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ATTACHMENT D: BID SIGNATURE PAGE Date: The undersigned bidder hereby proposes and agrees to deliver the equipment and /or services pursuant to the Steel Lake Park to Downtown Trail and comply with all other terms and conditions of the contract and bid documents of RFB 17 -002. 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. A I nG Corporation/Partnership/individual Company (Delete Two) City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 By: (Signature) `lA VCOA (Printed Name) Its: e5or. Ica Sep re Y (Title) y Iltt brDariatild OISi- &L 11. WA 91ut{(i (Address) Page 24 (Telephone Number) RFB # 17 -002 2017 r e 27 Attachment D Bid Signature Page vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ATTACHMENT E: BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid band 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, Ceccanti, Inc. , as Principal, and Merchants Bonding Company (Mutual) , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent (5 %) of the Total Amount of Bid and 00 /100 dollars ($ 5% ), 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: STEEL LAKE PARK TO DOWNTOWN TRAIL 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 17th DAY OF May , 2017. D000a Modand `sto''' T� ",,,,,� Ceccanti, Inc. GG .ANC BY:. _ �, ,.,,„ft gat.•,, Capitate Secretary ``ox(r .P?0RAp••, - Principal , "" �Y biNI, , a 'p 4 , -rc -n Bondi Compan ° � ) ...... 'h, SEAT- 1g76 •• • i •• * `iD t 'SHING Received return of deposit in the sum of $ �. " " " "'''� Surety Guida McCIsl1;9 piney- ry�acY'..- 6'1NvN�. i•• ••,gyp a e: 7 City of Federal Way Steel Lake Park to Downtown Trail Page 25 RFB ver. 4 -16 RFB # 17 -002 2017 'age 28 Attachment E Bid Bond Form ivided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale MERCHANTS BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint, individually, Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart O'Farrell of Tacoma and State of Washington their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FORTY MILLION ($40,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of STATE OF IOWA COUNTY OF POLK ss. . 9 . 0 , 4 7 ) % . • 00•�o P 099�9y:4 • ►�—: _ -o- v•^ E..% 1933 c: ' By March 2015. MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. President On this 5th day of March , 2015, before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. R0A4 WENDY WOODY 0 3, Commission Number 784654 !° My Commission Expires June 20. 2017 STATE OF IOWA COUNTY OF POLK ss. Notary Public, Polk County, Iowa I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, 1 have hereunto set my hand and affixed the seal of the Companies on this 17th day of May , 2017 • POA 0014 (7/14) • • �; _ -o- v:3 t''• 1933 : C .yam•. • �. Secretary 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ATTACHMENT F: SUBCONTRACTOR LIST Prepared in Compliance with RCW 3930.060 STEEL LAKE PARK TO DOWNTOWN TRAIL Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non - responsive and therefore void. Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, must be named below, or name the bidder for the work. The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 RCW; a current Washington Unified Business Identifier (UBI) number; has Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. SUBCONTRACTOR NAME ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? (Y /N) 14-54-(04.5 4- 5;,k Go t 7 i i 31.00 0 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 26 RFB # 17 -002 2017 e 29 Attachment F Subcontractor List vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ATTACHMENT G: COMBINED AFFIDAVIT AND CERTIFICATION FORM Non - Collusion, Anti - Trust, Prevailing Wage (Non - Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment NON - COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he /she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself /herself or to any other person any advantage over other Bidder or Bidders; and NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT) To report bid rigging activities call: 1 -800- 424 -9071 The U.S. Department of Transportation (USDOT) operates the above 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; and CERTIFICATION RE: ASSIGNMENT OF ANTI -TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice, overcharges resulting from anti- trust violations are, in fact, usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti -trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception; and PREVAILING WAGE AFFADAVIT I, the undersigned, having duly sworn, deposed say and certify that in connection with the performance of the work of this project, will pay each classification of laborer, work person, or mechanic employed in the performance of such work, not Tess than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and forgoing statement and certificate, know the contents thereof and the substance as set forth therein, is true to my knowledge and belief; and DEBARMENT AFFIDAVIT I certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 27 RFB # 17 -002 2017 e 30 Attachment G Combined Affidavit & Certification Form vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five -year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. FOR: Non - Collusion Affidavit, Assignment of Anti -Trust Claims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment. STEEL LAKE PARK TO DOWNTOWN TRAIL Name of Bidder's Firm iluto3\NN, Vac. ■ Donna Motland Corporate Secretary Signature of Authorized Representative of Bidder Subscribed and sworn to before me this day of ^.X,`. t. (printed /typed name of notary) Notary Public in and for the State of Washington My commission expires: • Notary Public State of Washington KRISTIE ROJAS MY COMMISSION EXPIRES January 15, 2019 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 e31 vided to Builders Exchange of WA; Inc , 2017. Page 28 RFB # 17 -002 2017 For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ATTACHMENT H: CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: 51110 This statement relates to a proposal contract with the City of Federal Way named STEEL LAKE PARK TO DOWNTOWN TRAIL I am the undersigned bidder or prospective contractor. I represent that: IU have, U have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 By: Its: Pt Name of Bidder Signature Doom Modand Corporate SeCretal7 Title (MU br otd ts& E& TUrno,kePc Ti9s1qulp Address Page 29 RFB # 17 -002 2017 e 32 Attachment H Contractor's Compliance Statement vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale ATTACHMENT I: PROPOSAL FOR INCORPORATING RECYCLED MATERIALS 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: 17 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 1-03.1 of the Special Provisions. Regardless, the Bidders 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: Donna Motland Secretary City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 30 RFB # 17 -002 2017 e 33 Attachment I Proposal for Incorporating Recycled Materials vided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale 8.: z Etr a 1.. cm i = }1F1 M N What went 11. Change State of Washington Department of Labor and Industries PO Box 44140 Olympia WA 98504 -4140 Policyholder RECEIVED DEC 13 2016 C CCANT!, 4s1IC CECCANTI INC 4116 BROOKDALE RD E TACOMA WA THIS IS NOT A BILL 12-05 -16 98446 v \v ``^ into calculating your 2017 workers' comp rates? in L &I average 'base' rate: 112. Changes in industry costs: 13 Your Experience Factor: Rate Notice: WA Workers' Com.ensation Experience Factor4: Effective Date: Januar 1, 2017 0.7526 Experience Period: July 1, 2012 - June 30, 2015 WA Unified Business Identifier (UBI): 600 219 994 L &I Account ID: 367,252 -00 Account Manager: DALE MCMASTER (360)902 -5617 PAC Number: 40353855 0.7% average rate increase for 2017; industry can be found on our website rates specific to your at Ini.wa.gov Changes in claim costs compared to premiums collected for your industry ('risk class') in which some or all of your employees worked. Based on the medical, wage replacement and disability benefit costs for worker claims on your account, during the listed above. 'Find 12 tools to enhance safety and control costs at www.Lni.wa.gov /ControlMyRates /ay your premiums online: www.Lni.wa.gov /QuarterlyReports eed help understanding this notice? Call your account manager at the phone number shown above. Class Code 0101 -00 0107 -01 0108-01 0201 -01 0217-01 0510 -00 4900 -00 4904 -00 4911 -00 5206 -79 Class Code Description Road Construction NOC Pipelaying NOC Sewer Const /Septic Tank Inst Bridge /OVHD Crossing Const/Rpr Concr Found /Flatwork-Wood Bldg Wood Frame Bldg Construction Superint /Prof. Mgr - Const Clerical Office NOC & Draftsmn Construction Estimators Contractors Perm Yard or Shop Your experience factor history: What's an experience factor? ee back for an explanation. I 1.0000 2.0580 1.7006 1.8295 2.6509 2.3252 3.5215 0.2820 0.0275 0.1017 0.6559 Base Factor 0.7658 0.6772 0.7578 0.9603 1.0175 1.8904 0.1096 0.0203 0.0577 0.3235 0.0256 0.0211 0.0227 0.0330 0.0287 0.0432 0.0035 0.0003 0.0012 0.0081 0.0960 0.0960 0.0960 0.0960 0.0960 0.0960 0.0960 0.0960 0.0960 0.0960 experience period Have a payroll service? Send them a copy of this notice. Hourly* Employer Contribution $1.89470 $1.59065 $1.71860 $2.41680 02.19160 $3.42590 $0.30285 $0.07645 $0.14675 $0.66640 Hourly* = Your Total + Employee Hourly* Rate Witholding i(1 +? +3)x4) +5 $0.34580 $0.31075 $0.34170 $0.42180 $0.44170 $0.77560 $0.09055 $0.05575 $0.07015 $0.17280 $2.2405 $1.9014 $2.0603 $2.8386 $2.6333 $4.2015 $0.3934 $0.1322 $0.2169 $0.8392 1.0035 This is the Withhold this On the employer's amount from Quarterly .7526 contribution employee Report, the to workers' pay for each employer will comp coverage. hour* they multiply this work. It is their number by the contribution to hours* worked 2016 2017 workers' comp to calculate Factor Factor coverage. premiums. F225- 004 -000 [10 -2014] PAGE 1 OF 1 CN: 129,360 * Hours or units. Employment Security Department WASHINGTON STATE CECCANTI INCORPORA 4116 BROOKDALE RD E TACOMA, WA 98446 -161 Tax Rate Notice ESD number: 000 - 412312 -00-4 UBI number: 600 - 219 -994 Mailing date: December 12, 2016 If you want us to review your tax rate, the law says you must send us a request in writing by January 11, 2017. Your tax rate for 2017 will be 5.72 %. Your new tax rate is the same as last year. Your tax rate is a regular taxable employer experience rate calculation. You pay tax on an employee's wages only up to the 2017 taxable wage base: $45,000 Unemployment Insurance (UI) tax rate based on experience UI social cost rate UI Trust Fund solvency surcharge UI limit deduction (This deduction reduces your rate to the maximum rate.) Subtotal of ttnen ployment insura. Employment Administrative Fund (EAF) Total of the abov, 5.40% 0.30% 0.00% 0.00% Your tax rate for 2017 is based on the following benefit charges and taxable wages. Experience Year 07/01/15 - 06/30/16 07/01/14 - 06/30/15 07/01/13 - 06/30/14 07/01/12 - 06/30/13 Benefit Charges* $325,490.70 $275,182.19 $338,317.27 $244,269.34 Taxable Wages ** $4,777,698.68 $3,724,788.37 $3,248,080.02 $3,684,482.13 Total $1,183,259.50 $15,435,049.20 = 0.076660 Benefit Charges divided by Taxable Wages equals Benefit Ratio Based on your benefit ratio, you were assigned rate class 40. *Benefit charges are your share of unemployment benefits that we paid to your former employees. * *Taxable wages are the total amount of your employees' wages on which you paid taxes. Please contact us if we can assist you. To learn more about how your tax rate is determined, please visit esd.wa.gov /tax- rates. For tax rate questions and corrections: Employment Security Department Experience Rating Unit P.O. Box 9046 Olympia, WA 98507 -9046 360 - 902 -9670 360 - 902 -9202 fax ID 1028 (12/31/09) EMS 174 Tax rate notice For account questions: Employment Security Department AMC Olympia (Seattle) PO Box 9046 Olympia, WA 98507 -9046 855- 829 -9243 800 - 794 -7657 fax 5/16/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Corporations: Registration Detail - WA Secretary of State A Department of Revenue's MyDOR system will be unavailable from 8:OOpm Tuesday the 16th, to 6:OOam Wednesday the 17th. You will not be able to file annual reports during that time. CECCAN71, INC Uel Number 600219994 Category REG Profit/Nonprofit Profit Active /Inactive Active State Of Incorporation WA WA Filing Date 10/01/1976 Expiration Date 10/31/2017 Inactive Date Duration Perpetual Registered Agent Information Agent Name RICHARD CECCANTI Address 4116 BROOKDALE RD E City TACOMA State WA ZIP 984460000 Special Address Information Address City State Zip Govemig Persons (as defined in RCW23.95.105(T2)(httpi Sapp. legwa. go +rtfcw /supderaultaspx z3.9s.1OSB Tide Name Address Governor Governor Governor MOTLAND, DONNA VANDERGRIEND, JON CECCANTI, RICHARD 1113 187TH AVENUE EAST LAKE TAPPS, WA 98391 31 COUNTRY CLUB DRIVE S W LAKEWOOD, WA 98498 15407 SPANAWAY LOOP ROAD SPANAWAY, WA 98387 Ihttps: / /www.sos.wa.gov/ corps /search_detail.aspx ?ubi = 600219994 1/1 V/ IWLV 11 wl 1./V1 MAUI I. T\Gttd1W.1 1613/1I IJtltdll — VVP1 OGta tam y VI OtdIV 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 A Department of Revenue's MyDOR system will be unavailable from 8:OOpm Tuesday the 16th, to 6:OOam Wednesday the 17th. You will not be able to file annual reports during that time. CECCANTI, INC U131 Number 600219994 Category RFG Pro flh/Nonprolit Profit ARrve /Inactive Active State 0 /incorporation -WA WA Filing Date 10/01/1976 Expiration Date 10/31/2017 Inactive Date Duration Perpetual Registered Agent information Agent Name RICHARD CECCANTI Address -4116 BROOKOALE RD E Ciry TACOMA State WA 21P 984460000 Special Addms Irdlarrna*ln Addt188 Ott Hale Zip Gove n*Persors(asdeflnedh RCWD95.10502Rittp7l 23%.705)) Title Nam Address Governor 6•011AND. DONNA Governor AwllllfJtfNO.gM Governor OFCCANIL8OIAD 1113 187TH AVENUE PAST LAKE TAPPS, WA 98391 31 COUNTRY CLUB DRIVE S W LAKEWOOD, WA 98498 15407 SPANAWAY 1001 ROAD SPANAWAY, WA 98987 ips: / /www.sos.wa.gov /corps /search_detail.aspx ?ubi= 600219994 't 1/1 ATTACHMENT J: PUBLIC WORKS CONTRACT FOR STEEL LAKE PARK TO DOWNTOWN TRAIL THIS PUBLIC WORKS CONTRACT ( "Contract ") is dated effective this J day of , 2017 and is made by and between the City of Federal Way, a Washington municipal por. ion ( "City or Owner "), and Ceccanti, 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 Steel Lake Park to Downtown Trail project, 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 Steel Lake Park to Downtown Trail project, including without limitation: new asphalt concrete pavement, curb and gutters, sidewalks, drainage improvements, retaining walls, illumination, landscaping, RRFB modifications, signing, channelization 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; Combined Affidavit and Certification Form; Contract, Contractor's Compliance Statement; Proposal for Incorporating Recycled Materials; Public Works Contract; Notice of Completion of Public Works Contract attached as Exhibit A; Contract Change Order Agreement attached as Exhibit B; Contractor's Retainage Agreement attached as Exhibit C; Retainage Bond to the City of Federal Way attached as Exhibit D; Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit E; Certificate(s) of Insurance Form attached as Exhibit F; Performance /Payment Bond attached as Exhibit G; Title VI Assurances attached hereto as Exhibit H; Project Plans; 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction; Amendments to the Standard Specifications; Contract Special Provisions; Addenda and Change Orders; Prevailing Wage Rates attached as Appendix A; WSDOT Standard Plans attached as Appendix B; Federal Way Standard Details attached as Appendix C; Geotechnical Report and Boring Logs attached as Appendix D; and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 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 60 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 31 RFB # 17 -002 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 supply such supporting documents and analysis for the claims as the City may require to determine City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 32 RFB # 17 -002 2017 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 and the expiration of all warranties contained in the Contract Documents ("Term "). 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract. This warranty shall survive termination of this Contract. Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. 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 Eight Hundred Twelve Thousand, Five Hundred Ninety-Eight and 56/100 Dollars ($812,598.56), which amount shall constitute full and complete payment by the City ("Total Compensation "). City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 33 RFB # 17 -002 2017 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be 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. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ('Fund ") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 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 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 34 RFB # 17 -002 2017 Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non - discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR /CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon termination, all supplies, materials, labor and /or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 35 RFB # 17 -002 2017 (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 36 RFB # 17 -002 2017 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; (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 "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 37 RFB # 17 -002 2017 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self- Insured Retentions. Any deductibles or self- insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self- insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self- insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE /PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and 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 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 38 RFB # 17 -002 2017 benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's "Decision Number" shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296 -127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296- 127 -010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 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. City of Federal Way RFB # 17 -002 Steel Lake Park to Downtown Trail Page 39 2017 RFB ver. 4 -16 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and /or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 40 RFB # 17 -002 2017 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 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 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 41 RFB # 17 -002 2017 default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 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. City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 42 RFB # 17 -002 2017 DATED the day and year set forth above. ATTEST: le Courtney, CMC, !Clerk APPROVED AS TO FORM: Ryan CaII, City Attorney City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 ]i r• err- ; Mayor 25 :th Avenue South ederal Way, WA 98003 -6325 Page 43 RFB # 17 -002 2017 CECCANTI, INC.: By: STATE OF WASHINGTON ) ) ss. COUNTY OF V XLt- ) (Signature) Donna Motland (Name) 4116 Brookdale Rd E. Tacoma, WA 98446 (253) 537 -2990 On this day personally appeared before me Donna Motland, to me known to be the Corporate Secretary of Ceccanti, 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 a3 day of . ..X\.4.- , 2017. Notary Public State of Washington KRISTIE ROJAS MY COMMISSION EXPIRES January 15, 2019 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 (typed /printed name of notary) Notary Public in and for the State of Washington. My commission expires O Page 44 RFB # 17 -002 2017 THIS PAGE INTENTIONALLY LEFT BLANK City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 45 RFB # 17 -002 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: EXHIBIT A ❑ Original n� ❑ Revised # gy1 NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Contractor's UBI Number: Name & Mailing Address of Public Agency I BI Number: Department Use Only Assigned to: Date Assigned: Notice is hereby given relative to the completion ofcontract or project described below Project Name I Contract Number I Job Order Contracting • Yes • No Description of Work Done/Include Jobsite Address(es) Federall. funded transportation project? No (if yes, provide Contract Bond Statement below) • Yes • Contr actor's Name IE -mad Address Affidavit II)* ('ontractor Address ephone # If Retainage is not withheld, please select one of the following and List Surety's Name & bond (valid for nd Number. federally funded transportation projects) • Retainage Bond • Contract/Payment Name: [Bond Number: Date Contract Awarded 'Date Work Commenced pate Work Completed -Date Work Accepted W ere Subcontracters used on this project? If so, please complete Addendum A. :Nos • No Affidavit ID" - No L &I release will be granted until all affidavits are listed. Contract Amount Additions (+ ) Reductions (- ) Sub -Total Sales Tax Rate (If various rates apply, please send a breakdown) Sales Tax Amount 5 TOTAL $ 0.00 Liquidated Damages S Amount Disbursed 5 Amount Retained 5 N TE: These two totals must be equal TOTAL $ 0.00 Comments: Note: The Disbursing Officer must submit this completed notice immediately after acceptance of the work done under this contract. NO PAYMENT SHALL BE MADE FROM RETAINED FUNDS until receipt of all release certificates. Submitting Form: Please submit the completed form by email to all three agencies below. Contact Name: Email Address: Deparbnent of Revenue CPubNc Works Section (360) 704-5650 PWC©dor.we.gov REV 31 0020e (10/26/15) F215 -038 -000 10 -2 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Washington state Department re Labor & Industries Contract Release (855) 545 -8163, option 64 Co ntract ReleaseO L N I. WA. GOV Reset This Form Page 46 Title: Phone Number: j Employment Security �� Department Registration. Inquiry. Standards & Coordination Unit (360) 902 -9450 pubs icwore s @esd.we. gov Print This Form RFB # 17 -002 2017 Addendum A: Please List all Subcontractors and Sub -tiers Below This addendum can be submitted in other formats. Provide known affidavits at this time No L &I release will be wanted until all affidavits are listed. Subcontractor's Name: tBI Number: (Required) .lflidavit ID* For tax assistance or to request this doctunent in an alternate format, please call 1- 800 - 647 -7706. Teletype ("Frt.) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/15) F215 -038 -000 10 -2011 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 47 RFB # 17 -002 2017 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased Li 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 n No n Yes n No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM TOTAL NET CONTRACT: QUANTITY UNIT PRICE ADD OR DELETE 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 48 RFB # 17 -002 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 ❑ INCREASED $ ❑ DECREASED $ DEPARTMENT DIRECTOR'S SIGNATURE Page 49 RFB # 17 -002 2017 City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 -6325 253- 835 -7000 EXHIBIT C CONTRACTOR'S RETAINAGE AGREEMENT Bid /Contract Number IDENTIFICATION AND DESCRIPTION Project Title Contractor Representative Bid No. Date Administering Department City Representative Funding Source Project Authority RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions to invest not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contact Person: Contractor: Date: By: Title: Address: Phone: Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement Finance Director Date CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) City of Federal Way RFB # 17 -002 Steel Lake Park to Downtown Trail Page 50 2017 RFB ver. 4 -16 EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY STEEL LAKE TO DOWNTOWN TRAIL Bond No. WA 33879 KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Ceccanti. Inc., as principal ("Principal "), and Merchant Bonding Company (Mutual) a Corporation organized and existing under the laws of the State of Iowa , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("Crty") in the penal sum of: Forty Thousancl. Six Hundred Twentv -Nine and 931100 ($ 10.629.93) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and polities of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the Steel Lake Park to Downtown Trail Project, which contract is incorporated herein by this reference ("Contract"), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies eamed by the Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of saki improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and In accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body In a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Prindpal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $812.598.56; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being Indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and ail persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and In the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the speclflcations accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Prindpai shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such Increase, however, not to exceed twenty-five percent (25 %) of the original amount of this bond without consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either; (a) cure the default itself within a City of Federal Way RFB # 17-002 Steel Lake Park to Downtown Trail Page 51 2017 RFB ver. 4 -16 reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, induding 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 Qty estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation (" USA&M"). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA&M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals thls 5th day of July 2017, the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. 00%1111rr,,,,, CORPORATE SE t C CAN ti p ', ii, lN/nJGT0 ,0- ''llrrrrro,,, CORPORATE SEAL: Ceccanti, Inc. PRINCIPAL Donna Motland Title: Corporate Secretary Address: 4116 Brookdale Road East Tacoma, WA 98446 Merchant Bonding Company (Mutual) SURETY Tide: A orney -in -Fact (Attach Power of Attorney) Guida McClain, Attorney -in -Fact Address; P 0 Box 2925 Tacoma, WA 98401 -2925 City of Federal Way RFB # 17 -002 Steel Lake Park to Downtown Trail Page 52 2017 RFB ver. 4 -16 CERTIFICATES AS TO CQ$PORATE SEAL Notary Public of Washington State in the County of Pierce I hereby certify that I am the t tile- rpaatiorr-rn+med-as-PrincipaFin-the-- �,rit4 u -bernd; that Donna Motland , who signed the said bond on behalf of the Principal, was Corporate Secretary of said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of Its governing body. Notary Public State of Washington KRISTIE ROJAS MY COMMISSION X IRES January Kristie Rojas, Notary Not Expiration Date 1/15/2019 Notary of Public of Washington State in the County of Pierce I hereby, certify that I am the c; tk QOoratieta -r ed-as-Surety- ir4-the lam; that Guida McClain , who signed the said bond on behalf of the Surety, was Attorney -in -Fact of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. GO��ds910N Fko��(1s,,,I, NOTARY N% PURL\ S 1�� Op WA :`e APPROVED AS TO FORM: .f 0 /3. Ryan Call, City Attorney Luisa Thorn, Notary Notary Expiratin Date 6/16/19 City of Federal Way RFB # 17 -002 Steel Lake Park to Downtown Trail Page 53 2017 RFB ver. 4-16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 MERCHANTS BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa (herein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint, individually, Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart O'Farrell of Tacoma and State of Washington their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FORTY MILLION ($40,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of March , 2015 . STATE OF IOWA COUNTY OF POLK ss. .aA� 1014A 4.J L ••O.. C04... • 0O• ikP09'•. -o•. c, q ,A.yA, • y: ? -0- rr I. ',.).. 2,003 c> • � .' 1933 , . yJ . •Cb . By • MERCHANTS BONDING COMPANY (MUTUAL) MERCHANTS NATIONAL BONDING, INC. 777‘, President On this 5th day of March 2015 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. APR ■AL WENDY WOODY o 61, Commission Number 784654 z My Commission Expires /owl- June 20. 2017 STATE OF IOWA COUNTY OF POLK ss. Notary Public, Polk County, Iowa William arner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., d o 1ri that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, :h.tsPstjll,in fulI4o citand effect and has not been amended or revoked. Witness eiv,pI e hereunto set my hand and affixed the seal of the Companies on this 5th,oday d .( , 2017 • *S 1O1,I,44'�'' • •• \ 6 CO....' .. '',, ,,........,•` Ww• - x.. - . 1933 . Secretary POA 0014 (7/14) ';,, ... . ... :0 -N- • ••.ddb, `�a. ••,, ...... :., 11114 TO: AND TO: EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT ALL EMPLOYEES Ock-TC k s \ Q' D-1 L o` r�YS (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: Christine J. Mullen City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 54 Donna Motland Corporate Secretary Ce.0 cc - \ f\c (Contractor or subcontractor) Date RFB # 17 -002 2017 EXHIBIT F CERTIFICATE OF INSURANCE City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 55 RFB # 17 -002 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 AC' ORCP CERTIFICATE OF LIABILITY INSURANCE DATE (MM /DD/YYYY) 6/29/2017 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT Jennifer Greer PRODUCER Arthur J. Gallagher Risk Management Services, Inc. P.O. Box 2925 Tacoma WA 98401 -2925 INSURED Ceccanti, Inc. 4116 Brookdale Rd. East Tacoma, WA 98446 PHONE 206- 607 -0946 (A/r, No _F". E -MAIL ADDRESS. Jennifer_greer@ajg.com reer a com FAC A/C (A/C. Not 253- 572 -1430 INSURER(S) AFFORDING COVERAGE NAIC N INSURERA:Valley Forge Insurance Company 20508 INSURER B :Transportation Insurance Company 20494 INSURER c :Continental Casualty Company 20443 INSURER D • INSURER E • INSURER F : COVERAGES CERTIFICATE NUMBER: 952923392 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 LTR TYPE OF INSURANCE ADDL INSD 9UBR WVD -- - POLICYEFF _POLICY EXP POLICY NUMBER JMM /DD/YYYY) (MM /DD/YYYY) LIMITS C x COMMERCIAL GENERALLIABILITY Y N 2083202716 11/30/2016 11/30/2017 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO PREMISES EaEoccurrence) $500,000 X $5.000 Ded MED EXP (Any one person) $15,000 PERSONAL & ADV INJURY $1,000,000 GEM_ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY x EC LOC PRODUCTS - COMP /OP AGG $2,000,000 OTHER $ A AUTOMOBILE LIABILITY N N 2083202666 11/30/2016 11/30/2017 COMBINtD SINGLE LIMIT (Ea accident) $ $1,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY HIRED AUTOS ONLY — SCHEDULED AUTOS NON-OWNED AUTOS ONLY BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ 6 X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE N N 2083202621 11/30/2016 11/30/2017 EACH OCCURRENCE $9,000,000 AGGREGATE $9,000,000 DED X RETENT ON $10,000 $ C WORKERS COMPENSATION N 1 A N 2083202716 11/30/2016 11/30/2017 STATUTE X OTH- ER AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER /EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) Y/ N E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Steel Lake Park to Downtown Trail Project The certificate holder is an additional insured per form CNA74705XX 1/15 attached as respects the General Liability policy, pursuant to and subject to the policy's terms, definitions, conditions and exclusions. The insurance provided in the General Liability policy is primary and any other insurance shall be excess only, and not contributing per form CNA74705XX 1/15 attached. CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Avenue South Federal Way WA 98003 -6325 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 NA 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 A Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc. with its permission. C'NA 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 A.' Rights Reserved. Irdudes copyrighted material of Insurarce Services Office Inc. with its permission. NA 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, in the performance of the Named Insured's ongoing operations at the trade show event premises during the trade show event. CNA74705XX (1 -15) Page 3 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA A Rights Reserver. Irdudes copyrighted material of Irsurarce Services Office Inc. with its permissior. NA Contractors' General Liability Extension Endorsement 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. But this BROAD NAMED INSURED provision does not apply to: (a) any partnership, limited liability company or joint venture; or CNA74705XX (1 -15) Page 4 of 17 Policy No'. Endorsement No: Effective Date: Insured Name: Copyright CNA Ar Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. CNA Contractors' General Liability Extension Endorsement (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 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 transfer or sell property held by a trust. 4. With respect to organizations which qualify 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_ 1. 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 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 (d) explosion B. The following paragraph is added to LIMITS OF INSURANCE as Named Insureds by virtue of designation power for the the use of, encumber or Paragraph 3. above, this Named CNA74705XX (1 -15) Page 5 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA A Rights Reserved. Irdudes copyrighted material of Irsurarce Services Office Inc. with its permissior. NA C. Contractors' General Liability Extension Endorsement 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. 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. (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 CNA74705XX (1 -15) Page 6 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA A. Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. NA Contractors' General Liability Extension Endorsement (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 properly 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. 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 CNA74705XX (1 -15) Page 7 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA A, Rights Reserved. Irciudes copyrighted material of Insurance Services Office Inc. with its permissior. CNA Contractors' General Liability Extension Endorsement 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 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: CNA74705XX (1 -15) Page 8 of 17 Policy No: Endorsement No: Effective Date Insured Name: Copyright CNA A:! Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. CNA Contractors' General Liability Extension Endorsement 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: i. 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 CNA74705XX (1 -15) Page 9 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA A Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. CNA Contractors' General Liability Extension Endorsement 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; i. 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 (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 CNA74705XX (1 -15) Page 10 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA A Rights Reserved. Ircludes copyrighted material of Irsurarce Services Office Inc. with its permission. NA Contractors' General Liability Extension Endorsement 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 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 CNA74705XX (1 -15) Page 11 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA Ae Rights Reserved. Includes copyrighted material of Insurance Services Office. Inc with its permission. CNA Contractors' General Liability Extension Endorsement (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. 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: CNA74705XX (1 -15) Page 12 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA A. Rights Reserved. Irdudes copyrighted material of Insurance Services Office Inc. with its permission. CNA Contractors' General Liability Extension Endorsement 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: esvriD(owwodwrorow 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: 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. CNA74705XX (1 -15) Page 13 of 17 Policy No Endorsement No: Effective Date Insured Name: Copyright CNA A Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. CNA Contractors' General Liability Extension Endorsement 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. 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 CNA74705XX (1 -15) Page 14 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA A Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. NA Contractors' General Liability Extension Endorsement • 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' 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. CNA74705XX (1 -15) Page 15 of 17 Policy No: Endorsement No: Effective Date: Insured Name: Copyright CNA Ai Rights Reserve° Includes copyrighted material of Insurance Services Office Inc. with its permission. CNA Contractors' General Liability Extension Endorsement 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. 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 (0 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 CNA74705XX (1 -15) Page 16 of 17 Policy No Endorsement No: Effective Date: Insured Name: Copyright CNA A;, Rights Reserved. Ircludes copyrighted material of Irsurarce Services Office Inc. with its permissior. NA Contractors' General Liability Extension Endorsement 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 A' Rights Reserved. Includes copyrighted material of Insurance Services Office Inc. with its permission. EXHIBIT G CITY OF FEDERAL WAY PERFORMANCE /PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: Bond No. WAC 54609 We, the undersigned Ceccanti, Inc., ( "Principal ") and Merchants Bonding Company (Mutual) s the undersigned corporation organized and existing under the laws of the State of Iowa and legally doing business in the State of Washington as a surety ("Surety'), are held and firmly bonded unto the Clty of Federal Way, a Washington municipal corporation ("City") in the penal sum of Eight Hundred Twelve Thousand, Five Hundred NInety -Eight Dollars and 56/100 ($812,598.56) 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 polities of the City, as now existing or hereafter amended or adopted. The Principal has entered into an Agreement with the City dated /LJ 2017 for the Steel Lake Parkto DQwptown Trail Project. 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 Prindpal 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 RFB # 17 -002 Steel Lake Park to Downtown Trail Page 56 2017 RFB ver. 4-16 In the event a dispute should arise between the Parties to this Bond with respect to the City's dedaration 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 5th day of July 2017. CORPORATE SE* l I 154,;,, C' •oRP CiRq /4'9 'G i'• if • SEAL 197 ; i • 1976 ••• .gsHl NG'*G.0% %% Ceccanti, Inc. PRINCIPAL By: Donna Motiand Its: Corporate Secretary (Title) 4116 Brookdale Rd East Tacoma, WA 98446 (253) 537 -2990 CERTIFICATE AS TO CORPORATE SEAL Notary Public of Washington State in the County of Pierce I hereby certify that I am the the -Corporatioirfamed-as-Prinapat irt-t -- within -bort is that Donna Motland , who signed the said bond on behalf of the Principal, was Corporate Secretary of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and In behalf of said Corporation by authority of its governing body. Notary Public State of Washington KRISTIE ROJAS 0 QMMISSION EXPIRES J nuary 15, 2019 CORPORATE SEAL APPROVED AS TO FORM: CO/ J. Ryan Call, City Attorney City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Kristie Rojas, Notary Notary Ex • ration Date 1/15/2019 Merchants Bonding Company (Mutual) Page 57 Attorney -in -Fact (Attach Power of Attorney) Guida McClain (Name of Person Executing Bond) P 0 Box 2925 Tacoma, WA 98401 -2925 (Address) 253- 627 -7183 (Phone) RFB # 17 -002 2017 MERCHANTS BON DING COMPANY POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations duly organized under the laws of the State of Iowa ( nerein collectively called the "Companies "), and that the Companies do hereby make, constitute and appoint, individually, Curt Dyckman; Darin M Puryear; Guida McClain; Luisa Thom; Martha Reeve; Stuart O'Farrell of Tacoma and State of Washington their true and lawful Attorney -in -Fact, with full power and authority hereby conferred in their name, place and stead, to sign, execute, acknowledge and deliver in their behalf as surety any and all bonds, undertakings, recognizances or other written obligations in the nature thereof, subject to the limitation that any such instrument shall not exceed the amount of: FORTY MILLION ($40,000,000.00) DOLLARS and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers of the Companies, and all the acts of said Attorney -in -Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This Power -of- Attorney is made and executed pursuant to and by authority of the following By -Laws adopted by the Board of Directors of the Merchants Bonding Company (Mutual) on April 23, 2011 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 24, 2011. The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof. The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 5th day of March , 2015 . STATE OF IOWA COUNTY OF POLK ss. 1101144 ,, • • DING co47,0• •. Z1 .. _ MERCHANTS BONDING COMPANY (MUTUAL) ��i:••Vo 4,. • %...0 POA4 • y.'. MERCHANTS NATIONAL BONDING, INC. x- 2003 > �' 1933 ;'c .S J. Y. By ",,,,,,,,,,,,+++,,, President On this 5th day of March , 2015 , before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument is the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines, Iowa, the day and year first above written. WENDY WOODY Commission Number 784654 My Commission Expires June 20, 2017 STATE OF IOWA COUNTY OF POLK ss. Notary Public, Polk County, Iowa I, William Warner, Jr., Secretary of the MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF- ATTORNEY executed by said Companies, which is sti!I in full force and effect and has not been amended or revoked. this In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on 5th day of POA 0014 (7/14) July ' 2017 " 101144 20 3 >_ •• \NG CO,;,... • •• 1933 ; c; • C:. Secretary THIS PAGE INTENTIONALLY LEFT BLANK City of Federal Way Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 58 RFB # 17 -002 2017 EXHIBIT H TITLE VI ASSURANCES During the performance of this contract, the contractor /consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 59 RFB # 17 -002 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 Steel Lake Park to Downtown Trail RFB ver. 4 -16 Page 60 RFB # 17 -002 2017 AMENDMENTS TO THE STANDARD SPECIFICATIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 INTRO.AP1 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2016 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1- 01.AP1 17 Section 1 -01, Definitions and Terms 18 August 1, 2016 19 1 -01.3 Definitions 20 The following new term and definition is inserted after the eighth paragraph: 21 22 Cold Weather Protection Period — A period of time 7 days from the day of concrete 23 placement or the duration of the cure period, whichever is longer. 24 25 1- 02.AP1 26 Section 1 -02, Bid Procedures and Conditions 27 April 4, 2016 28 1- 02.4(1) General 29 The first sentence of the last paragraph is revised to read: 30 31 Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, 32 shall request the explanation or interpretation in writing by close of business on the 33 Thursday preceding the bid opening to allow a written reply to reach all prospective 34 Bidders before the submission of their Bids. 35 36 1 -02.9 Delivery of Proposal 37 The last sentence of the third paragraph is revised to read: 38 39 The Contracting Agency will not open or consider any Proposal when the Proposal or 40 Bid deposit is received after the time specified for receipt of Proposals or received in a 41 location other than that specified for receipt of Proposals unless an emergency or 42 unanticipated event interrupts normal work processes of the Contracting Agency so that 43 Proposals cannot be received. 44 45 The following new paragraph is inserted before the last paragraph: 46 47 If an emergency or unanticipated event interrupts normal work processes of the 48 Contracting Agency so that Proposals cannot be received at the office designated for 49 receipt of bids as specified in Section 1 -02.12 the time specified for receipt of the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 Proposal will be deemed to be extended to the same time of day specified in the 2 solicitation on the first work day on which the normal work processes of the Contracting 3 Agency resume. 4 5 1 -02.12 Public Opening of Proposals 6 This section is supplemented with the following new paragraph: 7 8 If an emergency or unanticipated event interrupts normal work processes of the 9 Contracting Agency so that Proposals cannot be opened at the time indicated in the call 10 for Bids the time specified for opening of Proposals will be deemed to be extended to 11 the same time of day on the first work day on which the normal work processes of the 12 Contracting Agency resume. 13 14 1- 04.AP1 15 Section 1 -04, Scope of the Work 16 January 3, 2017 17 1 -04.2 Coordination of Contract Documents, Plans, Special Provisions, 18 Specifications, and Addenda 19 The following new paragraph is inserted before the second to last paragraph: 20 21 Whenever reference is made in these Specifications or the Special Provisions to codes, 22 rules, specifications, and standards, the reference shall be construed to mean the code, 23 rule, specification, or standard that is in effect on the Bid advertisement date, unless 24 otherwise stated or as required by law. 25 26 1 -04.3 Reference Information 27 This section is supplemented with the following new sentence: 28 29 If a document that is provided as reference information contains material also included 30 as a part of the Contract, that portion of the document shall be considered a part of the 31 Contract and not as Reference Information. 32 33 1- 06.AP1 34 Section 1 -06, Control of Material 35 January 4, 2016 36 This section is supplemented with the following new section and subsections: 37 38 1 -06.6 Recycled Materials 39 The Contractor shall make their best effort to utilize recycled materials in the 40 construction of the project; the use of recycled concrete aggregate as specified in 41 Section 1- 06.6(1)A is a requirement of the Contract. 42 43 The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working 44 Drawing within 30 calendar days after the Contract is executed. The plan shall provide 45 the Contractor's anticipated usage of recycled materials for meeting the requirements of 46 these Specifications. The quantity of recycled materials will be provided in tons and as 47 a percentage of the Plan quantity for each material listed in Section 9- 03.21(1)E Table 48 on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract 49 does not include Work that requires the use of a material that is included in the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 requirements for using materials the Contractor may state in their plan that no recycled 2 materials are proposed for use. 3 4 Prior to Physical Completion the Contractor shall report the quantity of recycled 5 materials that were utilized in the construction of the project for each of the items listed 6 in Section 9- 03.21. The report shall include hot mix asphalt, recycled concrete 7 aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. 8 utilization of on -site material and aggregates from concrete returned to the supplier). 9 The Contractor's report shall be provided on DOT Form 350 -075 Recycled Materials 10 Reporting. 11 12 1- 06.6(1) Recycling of Aggregate and Concrete Materials 13 14 1- 06.6(1)A General 15 The minimum quantity of recycled concrete aggregate shall be 25 percent of the total 16 quantity of aggregate that is incorporated into the Contract for those items listed in 17 Section 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 18 Material that allow the use of recycled concrete aggregate. The percentage of recycled 19 material incorporated into the project for meeting the required percentage will be 20 calculated in tons based on the quantity of recycled concrete used on the entire 21 Contract and not as individual items. 22 23 If the Contractor's total cost for Work with recycled concrete aggregate is greater than 24 without the Contractor may choose to not use recycled concrete aggregate. When the 25 Contractor does not meet the minimum requirement of 25 percent recycled concrete 26 aggregate for the Contract due to costs or any other reason the following shall be 27 submitted: 28 29 1. A cost estimate for each material listed in Section 9- 03.21(1)E that is utilized 30 on the Contract. The cost estimate shall include the following: 31 32 a. The estimated costs for the Work for each material with 25 percent 33 recycled concrete aggregate. The cost estimate shall include for each 34 material a copy of the price quote from the supplier with the lowest total 35 cost for the Work. 36 37 b. The estimated costs for the Work for each material without recycled 38 concrete aggregate. 39 40 The Contractor's cost estimates shall be submitted as an attachment to the Recycled 41 Materials Reporting form. 42 43 1- 07.AP1 44 Section 1 -07, Legal Relations and Responsibilities to the Public 45 January 3, 2017 46 1 -07.1 Laws to be Observed 47 In the second to last sentence of the third paragraph, "WSDOT" is revised to read 48 "Contracting Agency ". 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1- 07.2(2) State Sales Tax: WAC 458 -20 -170 — Retail Sales Tax 2 The last three sentences of the first paragraph are deleted and replaced with the following 3 new sentence: 4 5 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 6 or rental of tools, machinery, equipment, or consumable supplies not integrated into the 7 project, in the unit bid prices. 8 9 1- 07.3(1) Forest Fire Prevention 10 This section is supplemented with the following new subsections: 11 12 1- 07.3(1)A Fire Prevention Control and Countermeasures Plan 13 The Contractor shall prepare and implement a project- specific fire prevention, control, 14 and countermeasures plan (FPCC Plan) for the duration of the project. The Contractor 15 shall submit a Type 2 Working Drawing no later than the date of the preconstruction 16 conference. 17 18 1- 07.3(1)A1 FPCC Plan Implementation Requirements 19 The Contractor's FPCC Plan shall be fully implemented at all times. The 20 Contractor shall update the FPCC Plan throughout project construction so that the 21 plan reflects actual site conditions and practices. The Contractor shall update the 22 FPCC Plan at least annually and maintain a copy of the updated FPCC Plan that is 23 available for inspection on the project site. Revisions to the FPCC Plan and the 24 Industrial Fire Precaution Level (IFPL) shall be discussed at the weekly project 25 safety meetings. 26 27 1- 07.3(1)A2 FPCC Plan Element Requirements 28 The FPCC Plan shall include the following: 29 30 1. The names, titles, and contact information for the personnel responsible 31 for implementing and updating the plan. 32 33 2. The names and telephone numbers of the Federal, State, and local 34 agencies the Contractor shall notify in the event of a fire. 35 36 3. All potential fire causing activities such as welding, cutting of metal, 37 blasting, fueling operations, etc. 38 39 4. The location of fire extinguishers, water, shovels, and other firefighting 40 equipment. 41 42 5. The response procedures the Contractor shall follow in the event of a fire. 43 44 Most of Washington State is covered under the IFPL system which, by law, is 45 managed by the Department of Natural Resources (DNR). It is the Contractor's 46 responsibility to be familiar with the DNR requirements and to verify whether or not 47 IFPL applies to the specific project. 48 49 If the Contractor wishes to continue a work activity that is prohibited under an 50 industrial fire precaution level, the Contractor shall obtain a waiver from the DNR 51 and provide a copy to the Engineer prior to continuation of work on the project. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 If the IFPL requirements prohibit the Contractor from performing Work the 2 Contractor may be eligible for an unworkable day in accordance with Section 1- 3 08.5. 4 5 The Contractor shall comply with the requirements of these provisions at no 6 additional cost to the Contracting Agency. 7 8 1 -07.8 High - Visibility Apparel 9 The last paragraph is revised to read: 10 11 High - visibility garments shall be labeled as, and in a condition compliant with the 12 ANSI /ISEA 107 (2004 or later version) and shall be used in accordance with 13 manufacturer recommendations. 14 15 1- 07.8(1) Traffic Control Personnel 16 In this section, references to "ANSI /ISEA 107 - 2004" are revised to read "ANSI /ISEA 107 ". 17 18 1- 07.8(2) Non - Traffic Control Personnel 19 In this section, the reference to "ANSI /ISEA 107 - 2004" is revised to read "ANSI /ISEA 107 ". 20 21 1- 07.9(2) Posting Notices 22 Items 1 and 2 are revised to read: 23 24 1. EEOC - P /E -1 (revised 11/09, supplemented 09/15) — Equal Employment 25 Opportunity IS THE LAW published by US Department of Labor. Post for projects 26 with federal -aid funding. 27 28 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by Federal 29 Highway Administration (FHWA). Post for projects with federal -aid funding. 30 31 Items 5, 6 and 7 are revised to read: 32 33 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under The 34 Family And Medical Leave Act published by US Department of Labor. Post on all 35 projects. 36 37 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by 38 US Department of Labor. Post on all projects. 39 40 7. F416- 081 -909 (revised 09/15) — Job Safety and Health Law published by 41 Washington State Department of Labor and Industries. Post on all projects. 42 43 Items 9 and 10 are revised to read: 44 45 9. F700- 074 -909 (revised 06/13) — Your Rights as a Worker in Washington State 46 by Washington State Department of Labor and Industries (L &I). Post on all projects. 47 48 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 49 State Employment Security Department. Post on all projects. 50 51 1- 07.15(1) Spill Prevention, Control, and Countermeasures Plan 52 The second sentence of the first paragraph is deleted. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 The first sentence of the second paragraph is revised to read: 3 4 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 5 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31 -11. 6 7 Item number four of the fourth paragraph (up until the colon) is revised to read: 8 9 4. Potential Spill Sources — Describe each of the following for all potentially 10 hazardous materials brought or generated on -site, including but not limited to 11 materials used for equipment operation, refueling, maintenance, or cleaning: 12 13 The first sentence of item 7e of the fourth paragraph is revised to read: 14 15 BMP methods and locations where they are used to prevent discharges to ground or 16 water during mixing and transfer of hazardous materials and fuel. 17 18 The last paragraph is deleted. 19 20 1- 08.AP1 21 Section 1 -08, Prosecution and Progress 22 January 3, 2017 23 1 -08.1 Subcontracting 24 The second sentence of the second to last paragraph is revised to read: 25 26 Whenever the Contractor withholds payment to a Subcontractor for any reason 27 including disputed amounts, the Contractor shall provide notice within 10 calendar days 28 to the Subcontractor with a copy to the Contracting Agency identifying the reason for the 29 withholding and a clear description of what the Subcontractor must do to have the 30 withholding released. 31 32 The fourth sentence of the second to last paragraph is revised to read: 33 34 The Monthly Payment Summary shall include all Subcontractors that performed work 35 that was paid on the progress estimate by the Contracting Agency. 36 37 1- 08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 38 Withheld 39 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency ". 40 41 The last sentence in item number 11 of the first paragraph is revised to read: 42 43 The Contractor may also require any documentation from the Subcontractor that is 44 required by the subcontract or by the Contract between the Contractor and Contracting 45 Agency or by law such as affidavits of wages paid, and material acceptance 46 certifications to the extent that they relate to the Subcontractor's Work. 47 48 Item number 12 of the first paragraph is revised to read: 49 50 12. If the Contractor fails to comply with the requirements of the Specification and the 51 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 will be subject to the actions described in No. 7 listed above. The Subcontractor 2 may also seek recovery against the Contractor under applicable prompt pay 3 statutes in addition to any other remedies provided for by the subcontract or by law. 4 5 1 -08.5 Time for Completion 6 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports ". 7 8 1- O9.AP1 9 Section 1 -09, Measurement and Payment 10 April 4, 2016 11 1 -09.6 Force Account 12 The second sentence of item number 4 is revised to read: 13 14 A "specialized service" is a work operation that is not typically done by worker 15 classifications as defined by the Washington State Department of Labor and Industries 16 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 17 municipal construction. 18 19 1- 10.AP1 20 Section 1 -10, Temporary Traffic Control 21 January 3, 2017 22 1- 10.1(2) Description 23 The first paragraph is revised to read: 24 25 The Contractor shall provide flaggers and all other personnel required for labor for traffic 26 control activities that are not otherwise specified as being furnished by the Contracting 27 Agency. 28 29 In the third paragraph, "Project Engineer" is revised to read "Engineer ". 30 31 The following new paragraph is inserted after the third paragraph: 32 33 The Contractor shall keep lanes, on- ramps, and off - ramps, open to traffic at all times 34 except when Work requires closures. Ramps shall not be closed on consecutive 35 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 36 shall be closed for the minimum time required to complete the Work. When paving hot 37 mix asphalt the Contractor may apply water to the pavement to shorten the time 38 required before reopening to traffic. 39 40 1- 1O.3(2)C Lane Closure Setup /Takedown 41 The following new paragraph is inserted before the last paragraph: 42 43 Channelization devices shall not be moved by traffic control personnel across an open 44 lane of traffic. If an existing setup or staging of traffic control devices require crossing 45 an open lane of traffic, the traffic control devices shall be taken down completely and 46 then set up in the new configuration. 47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2- 03.AP2 2 Section 2 -03, Roadway Excavation and Embankment 3 August 1, 2016 4 2- 03.3(7)C Contractor - Provided Disposal Site 5 The second paragraph is revised to read: 6 7 The Contractor shall acquire all permits and approvals required for the use of the 8 disposal sites before any waste is hauled off the project. The Contractor shall submit a 9 Type 1 Working Drawing consisting of copies of the permits and approvals for any 10 disposal sites to be used. The cost of any such permits and approvals shall be included 11 in the Bid prices for other Work. 12 13 The third paragraph is deleted. 14 15 2- 06.AP2 16 Section 2 -06, Subgrade Preparation 17 January 3, 2017 18 2- 06.3(2) Subgrade for Pavement 19 The second sentence in the first paragraph is revised to read: 20 21 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of 22 maximum density as determined by the compaction control tests for granular materials. 23 24 3- 04.AP3 25 Section 3 -04, Acceptance of Aggregate 26 January 3, 2017 27 3 -04.5 Payment 28 In Table 1, the Contingent Unit Price Per Ton value for the item HMA Aggregate is revised 29 to read "$15.00 ". 30 31 4- 04.AP4 32 Section 4 -04, Ballast and Crush Surfacing 33 January 3, 2017 34 4- 04.3(5) Shaping and Compaction 35 The first sentence is revised to read: 36 37 Immediately following spreading and final shaping, each layer of surfacing shall be 38 compacted to at least 95 percent of maximum density determined by the requirements 39 of Section 2- 03.3(14)D before the next succeeding layer of surfacing or pavement is 40 placed. 41 42 5- 01.AP5 43 Section 5 -01, Cement Concrete Pavement Rehabilitation 44 January 3, 2017 45 In this section, "portland cement" is revised to read "cement ". 46 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5 -01.2 Materials 2 In the first paragraph, the following item is inserted after the item "Joint Sealants ": 3 4 Closed Cell Foam Backer Rod 9- 04.2(3)A 5 6 5- 01.3(1)A Concrete Mix Designs 7 This section, including title, is revised to read: 8 9 5- 01.3(1)A Mix Designs 10 The Contractor shall use either concrete patching materials or cement concrete for the 11 rehabilitation of cement concrete pavement. Concrete patching materials shall be used 12 for spall repair and dowel bar retrofitting and cement concrete shall be used for concrete 13 panel replacement. 14 15 5- 01.3(1)A1 Concrete Patching Materials 16 Item number 1 is revised to read: 17 18 1. Materials — The prepackaged concrete patching material and the aggregate 19 extender shall conform to Section 9 -20. 20 21 5- 01.3(1)A2 Portland Cement Concrete 22 This section, including title, is revised to read: 23 24 5- 01.3(1)A2 Cement Concrete for Panel Replacement 25 Cement concrete for panel replacement shall meet the requirements of Sections 5- 26 05.3(1) and 5- 05.3(2) and be air entrained with a design air content of 5.5 percent. 27 Cement concrete for panel replacement may use rapid hardening hydraulic cement 28 meeting the requirements of Section 9- 01.2(2). Rapid hardening hydraulic cement will 29 be considered a cementitious material for the purpose of calculating the 30 water / cementitious materials ratio and the minimum cementitious materials requirement. 31 32 5- 01.3(1)B Equipment 33 This section's title is revised to read: 34 35 Equipment for Panel Replacement 36 37 5- 01.3(2)B Portland Cement Concrete 38 This section's title is revised to read: 39 40 Cement Concrete for Panel Replacement 41 42 This section is supplemented with the following new subsection: 43 44 5- 01.3(2)B1 Conformance to Mix Design 45 Acceptance of cement concrete pavement for panel replacement shall be in accordance 46 with Section 5- 01.3(2)B. The cement, coarse, and fine aggregate weights shall be within 47 the tolerances of the mix design in accordance with Section 5- 05.3(1). 48 49 5- 01.3(2)B1 Rejection of Concrete 50 This section is renumbered as follows: 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 5- 01.3(2)B2 Rejection of Concrete 2 3 5- 01.3(4) Replace Portland Cement Concrete Panel 4 This section's title is revised to read: 5 6 Replace Cement Concrete Panel 7 8 5- 01.3(8) Sealing Existing Transverse and Longitudinal Joints 9 This section's title is revised to read: 10 11 Sealing Existing Longitudinal and Transverse Joint 12 13 The first paragraph is revised to read: 14 15 The Contractor shall clean and seal existing longitudinal and transverse joints where 16 shown in the Plans or as marked by the Engineer. 17 18 The first sentence of the second paragraph is revised to read: 19 20 Old sealant and incompressible material shall be completely removed from the joint to 21 the depth of the new reservoir with a diamond blade saw in accordance with the detail 22 shown in the Standard Plans. 23 24 The fifth paragraph is revised to read: 25 26 Immediately prior to sealing, the cracks shall be blown clean with dry oil -free 27 compressed air. If shown in the Plans, a backer rod shall be placed at the base of the 28 sawn reservoir. The joints shall be completely dry before the sealing installation may 29 begin. Immediately following the air blowing and backer rod placement, if required, the 30 sealant material shall be installed in conformance to manufacturer's recommendations 31 and in accordance with Section 5- 05.3(8)B. 32 33 5- 01.3(9) Portland Cement Concrete Pavement Grinding 34 This section's title is revised to read: 35 36 Cement Concrete Pavement Grinding 37 38 5- 01.3(11) Concrete Slurry and Grinding Residue 39 The last sentence of the first paragraph is revised to read: 40 41 Slurry shall not be allowed to drain into an area open to traffic, off of the paved surface, 42 into any drainage structure, water of the state, or wetlands. 43 44 The following new sentence is inserted at the end of the second paragraph: 45 46 The Contractor shall submit copies of all disposal tickets to the Engineer within 5 47 calendar days. 48 49 5 -01.4 Measurement 50 The fourth paragraph is revised to read: 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Sealing existing longitudinal and transverse joint will be measured by the linear foot, 2 measured along the line of the completed joint. 3 4 5 -01.5 Payment 5 The Bid item "Sealing Transverse and Longitudinal Joints ", per linear foot and the paragraph 6 following Bid item are revised to read: 7 8 "Sealing Existing Longitudinal and Transverse Joint ", per linear foot. 9 10 The unit Contract price per linear foot for "Sealing Existing Longitudinal and Transverse 11 Joint ", shall be full payment for all costs to complete the Work as specified, including 12 removing incompressible material, preparing and sealing existing transverse and 13 longitudinal joints where existing transverse and longitudinal joints are cleaned and for 14 all incidentals required to complete the Work as specified. 15 16 5- 02.AP5 17 Section 5 -02, Bituminous Surface Treatment 18 April 4, 2016 19 5- 02.3(2) Preparation of Roadway Surface 20 This section is supplemented with the following new subsection: 21 22 5- 02.3(2)E Crack Sealing 23 Where shown in the Plans, seal cracks and joints in the pavement in accordance with 24 Section 5- 04.3(4)A1 and the following: 25 26 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 27 28 2. Cracks greater than 1 inch in width — fill with sand slurry. 29 30 5- 04.AP5 31 Section 5 -04, Hot Mix Asphalt 32 April 3, 2017 33 This section (and all subsections) is revised to read: 34 35 This Section 5 -04 is written in a style which, unless otherwise indicated, shall be 36 interpreted as direction to the Contractor. 37 38 5 -04.1 Description 39 This Work consists of providing and placing one or more layers of plant -mixed hot mix 40 asphalt (HMA) on a prepared foundation or base, in accordance with these 41 Specifications and the lines, grades, thicknesses, and typical cross - sections shown 42 in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes 43 in accordance with these Specifications. 44 45 HMA shall be composed of asphalt binder and mineral materials as required, and may 46 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed 47 in the proportions specified to provide a homogeneous, stable, and workable mix. 48 49 5 -04.2 Materials 50 Provide materials as specified in these sections: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 Asphalt Binder 9- 02.1(4) 3 Cationic Emulsified Asphalt 9- 02.1(6) 4 Anti - Stripping Additive 9 -02.4 5 Warm Mix Asphalt Additive 9 -02.5 6 Aggregates 9 -03.8 7 Reclaimed Asphalt Pavement (RAP) 9- 03.8(3)B 8 Reclaimed Asphalt Shingles (RAS) 9- 03.8(3)B 9 Mineral Filler 9- 03.8(5) 10 Recycled Material 9 -03.21 11 Joint Sealants 9 -04.2 12 Closed Cell Foam Backer Rod 9- 04.2(3)A 13 14 5- 04.2(1) How to Get an HMA Mix Design on the QPL 15 Comply with each of the following: 16 17 Develop the mix design in accordance with WSDOT SOP 732. 18 19 Develop a mix design that complies with Sections 9- 03.8(2) and 9- 03.8(6). 20 21 Develop a mix design no more than 6 months prior to submitting it for QPL 22 evaluation. 23 24 Submit mix designs to the WSDOT State Materials Laboratory in 25 Tumwater, including WSDOT Form 350 -042. 26 27 Include representative samples of the materials that are to be used in the 28 HMA production as part of the mix design submittal. 29 30 Identify the brand, type, and percentage of anti - stripping additive in the 31 mix design submittal. 32 33 Include with the mix design submittal a certification from the asphalt 34 binder supplier that the anti - stripping additive is compatible with the crude 35 source and the formulation of asphalt binder proposed for use in the mix 36 design. 37 38 39 40 41 42 43 44 45 46 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 Basis for Contracting Agency Approval of Contracting Agency Materials Testing for AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 HMA Mixture (see Section 5- 04.3(9)) Mix Design for Placement on QPL 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 with WSDOT Standard 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% <_ 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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2. The asphalt binder grade shall be the grade indicated in the Bid 2 item name or as otherwise required by the Contract. 3 4 3. Submit samples of RAP if used in development of the mix 5 design. 6 I 7 4. Testing RAP or RAS stockpiles is not required for obtaining 8 approval for placing these mix designs on the QPL. 9 10 5- 04.2(1)A2 High RAP /Any RAS - Mix Design Submittals for 11 Placement on QPL 12 For High RAP /Any RAS mix designs, comply with the following additional 13 requirements: 14 15 1. For mix designs with any RAS, test the RAS stockpile (and RAP 16 stockpile if any RAP is in the mix design) in accordance with 17 Table 3. 18 19 2. For High RAP mix designs with no RAS, test the RAP stockpile I 20 in accordance with Table 3. 21 22 3. For mix designs with High RAP /Any RAS, construct a single I 23 stockpile for RAP and a single stockpile for RAS and isolate 24 (sequester) these stockpiles from further stockpiling before 25 beginning development of the mix design. Test the RAP and 26 RAS during stockpile construction as required by item 1 and 2 27 above. Use the test data in developing the mix design, and report 28 the test data to the Contracting Agency on WSDOT Form 350- 29 042 as part of the mix design submittal for approval on the QPL. 30 Account for the reduction in asphalt binder contributed from RAS 31 in accordance with AASHTO PP 78. Do not add to these 32 stockpiles after starting the mix design process. 33 1 1 1 1 34 35 36 37 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 27/1- 11 ' "tons ", in this table, refers to tons of the reclaimed material 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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 2 3 4 5 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 '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 6. Extract, recover, and test the asphalt residue from the RAP and 7 RAS stockpiles to determine the percent of recycling agent 8 and /or grade of new asphalt binder needed to meet but not 9 exceed the performance grade (PG) of asphalt binder required 10 by the Contract. 11 12 a. Perform the asphalt extraction in accordance with AASHTO 13 T 164 or ASTM D 2172 using reagent grade solvent. 14 15 b. Perform the asphalt recovery in accordance with AASHTO R 16 59 or ASTM D 1856. 17 18 c. Test the recovered asphalt residue in accordance with 19 AASHTO R 29 to determine the asphalt binder grade in 20 accordance with Section 9- 02.1(4). 21 22 d. After determining the recovered asphalt binder grade, 23 determine the percent of recycling agent and /or grade of 24 new asphalt binder in accordance with ASTM D 4887. 25 26 e. Test the final blend of recycling agent, binder recovered 27 from the RAP and RAS, and new asphalt binder in 28 accordance with AASHTO R 29. The final blended binder 29 shall meet but not exceed the performance grade of asphalt 30 binder required by the Contract and comply with the 31 requirements of Section 9- 02.1(4). 32 33 7. Include the following test data with the mix design submittal: 34 35 a. All test data from RAP and RAS stockpile construction. 36 37 b. All data from testing the recovered and blended asphalt 38 binder. 39 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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. 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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 b. For Low RAP /No RAS mix designs developed with RAP, 2 changes to the percentage of material from a stockpile will be 3 calculated based on the total aggregate weight including the 4 weight of RAP. 5 6 c. For High RAP /Any RAS mix designs, changes in the percentage 7 of material from a stockpile will be based on total aggregate 8 weight including the weight of RAP (and /or RAS when included 9 in the mixture). 10 11 Prior to making any change in the amount of RAS in an approved mix design, 12 notify the Engineer for determination of whether a new mix design is required, 13 and obtain the Engineer's approval prior to implementing such changes. 14 15 5- 04.2(2) Mix Design — Obtaining Project Approval 16 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT 17 Form 350 -041 to the Engineer to request approval to use a mix design from the 18 QPL. Changes to the job mix formula (JMF) that have been approved on other 19 contracts may be included. The Engineer may reject a request to use a mix design 20 if production of HMA using that mix design on any contract is not in compliance with 21 Section 5- 04.3(11)D, E, F, and G for mixture or compaction. 22 23 5- 04.2(2)A Changes to the Job Mix Formula 24 The approved mix design obtained from the QPL will be considered the 25 starting job mix formula (JMF) and shall be used as the initial basis for 26 acceptance of HMA mixture, as detailed in Section 5- 04.3(9). 27 28 During production the Contractor may request to adjust the JMF. Any 29 adjustments to the JMF will require approval of the Engineer and shall be 30 made in accordance with item 2 of Section 9- 03.8(7). After approval by the 31 Engineer, such adjusted JMF's shall constitute the basis for acceptance of the 32 HMA mixture. 33 34 5- 04.2(2)B Using Warm Mix Asphalt Processes 35 The Contractor may, at the Contractor's discretion, elect to use warm mix 36 asphalt (WMA) processes for producing HMA. WMA processes include 37 organic additives, chemical additives, and foaming. The use of WMA is 38 subject to the following: 39 40 • Do not use WMA processes in the production of High RAP /Any RAS 41 mixtures. 42 • Before using WMA processes, obtain the Engineer's approval using 43 WSDOT Form 350 -076 to describe the proposed WMA process. 44 45 5 -04.3 Construction Requirements 46 5- 04.3(1) Weather Limitations 47 Do not place HMA for wearing course on any Traveled Way beginning October 1St 48 through March 31St of the following year, without written concurrence from the 49 Engineer. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 3 4 5 6 7 8 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 5- 04.3(2) Paving Under Traffic These requirements apply when the Roadway being paved is open to traffic. 9 In hot weather, the Engineer may require the application of water to the pavement 10 to accelerate the finish rolling of the pavement and to shorten the time required 11 before reopening to traffic. 12 13 During paving operations, maintain temporary pavement markings throughout the 14 project. Install temporary pavement markings on the Roadway prior to opening to 15 traffic. Temporary pavement markings shall comply with Section 8 -23. 16 17 5- 04.3(3) Equipment 18 5- 04.3(3)A Mixing Plant 19 Equip mixing plants as follows. 20 21 1. Use tanks for storage and preparation of asphalt binder which: 22 23 • Heat the contents by means that do not allow flame to contact 24 the contents or the tank, such as by steam or electricity. 25 26 • Heat and hold contents at the required temperatures. 27 28 • Continuously circulate contents to provide uniform temperature 29 and consistency during the operating period. 30 31 • Provide an asphalt binder sampling valve, in either the storage 32 tank or the supply line to the mixer. 33 34 2. Provide thermometric equipment: 35 36 In the asphalt binder feed line near the charging valve at the 37 mixer unit, capable of detecting temperature ranges expected in 38 the HMA and in a location convenient and safe for access by 39 Inspectors. 40 41 • At the discharge chute of the drier to automatically register or 42 indicate the temperature of the heated aggregates, and situated 43 in full view of the plant operator. 44 45 3. When heating asphalt binder: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 1 2 • Do not exceed the maximum temperature of the asphalt binder 3 recommended by the asphalt binder supplier. 4 5 • Avoid local variations in heating. 6 7 • Provide a continuous supply of asphalt binder to the mixer at a 8 uniform average temperature with no individual variations 9 exceeding 25°F. 10 11 4. Provide a mechanical sampler for sampling mineral materials 12 that: 13 14 • Meets the crushing or screening requirements of Section 1 -05.6. 15 16 5. Provide HMA sampling equipment that complies with WSDOT 17 T168. 18 19 • Use a mechanical sampling device installed between the 20 discharge of the silo and the truck transport, approved by the 21 Engineer, or 22 23 • Platforms or devices to enable sampling from the truck transport 24 without entering the truck transport for sampling HMA. 25 26 6. Provide for setup and operation of the Contracting Agency's 27 field testing: 28 29 • As required in Section 3- 01.2(2). 30 31 7. Provide screens or a lump breaker: 32 33 • When using any RAP or any RAS, to eliminate oversize RAP or 34 RAS particles from entering the pug mill or drum mixer. 35 36 5- 04.3(3)B Hauling Equipment 37 Provide HMA hauling equipment with tight, clean, smooth metal beds and a 38 cover of canvas or other suitable material of sufficient size to protect the HMA 39 from adverse weather. Securely attach the cover to protect the HMA whenever 40 the weather conditions during the work shift include, or are forecast to include, 41 precipitation or an air temperature less than 45 °F. 42 43 Prevent HMA from adhering to the hauling equipment. Spray metal beds with 44 an environmentally benign release agent. Drain excess release agent prior to 45 filling hauling equipment with HMA. Do not use petroleum derivatives or other 46 coating material that contaminate or alter the characteristics of the HMA. For 47 hopper trucks, operate the conveyer during the process of applying the release 48 agent. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 5- 04.3(3)C Pavers 2 Use self- contained, power - propelled pavers provided with an internally heated 3 vibratory screed that is capable of spreading and finishing courses of HMA in 4 lane widths required by the paving section shown in the Plans. 5 6 When requested by the Engineer, provide written certification that the paver is 7 equipped with the most current equipment available from the manufacturer for 8 the prevention of segregation of the coarse aggregate particles. The 9 certification shall list the make, model, and year of the paver and any 10 equipment that has been retrofitted to the paver. 11 12 Operate the screed in accordance with the manufacturer's recommendations 13 and in a manner to produce a finished surface of the required evenness and 14 texture without tearing, shoving, segregating, or gouging the mixture. Provide 15 a copy of the manufacturer's recommendations upon request by the 16 Contracting Agency. Extensions to the screed will be allowed provided they 17 produce the same results, including ride, density, and surface texture as 18 obtained by the primary screed. In the Travelled Way do not use extensions 19 without both augers and an internally heated vibratory screed. 20 21 Equip the paver with automatic screed controls and sensors for either or both 22 sides of the paver. The controls shall be capable of sensing grade from an 23 outside reference line, sensing the transverse slope of the screed, and 24 providing automatic signals that operate the screed to maintain the desired 25 grade and transverse slope. Construct the sensor so it will operate from a 26 reference line or a mat referencing device. The transverse slope controller 27 shall be capable of maintaining the screed at the desired slope within plus or 28 minus 0.1 percent. 29 30 Equip the paver with automatic feeder controls, properly adjusted to maintain a 31 uniform depth of material ahead of the screed. 32 33 Manual operation of the screed is permitted in the construction of irregularly 34 shaped and minor areas. These areas include, but are not limited to, gore 35 areas, road approaches, tapers and left -turn channelizations. 36 37 When specified in the Contract, provide reference lines for vertical control. 38 Place reference lines on both outer edges of the Traveled Way of each 39 Roadway. Horizontal control utilizing the reference line is permitted. 40 Automatically control the grade and slope of intermediate lanes by means of 41 reference lines or a mat referencing device and a slope control device. When 42 the finish of the grade prepared for paving is superior to the established 43 tolerances and when, in the opinion of the Engineer, further improvement to 44 the line, grade, cross - section, and smoothness can best be achieved without 45 the use of the reference line, a mat referencing device may be substituted for 46 the reference line. Substitution of the device will be subject to the continued 47 approval of the Engineer. A joint matcher may be used subject to the approval 48 of the Engineer. The reference line may be removed after completion of the 49 first course of HMA when approved by the Engineer. Whenever the Engineer 50 determines that any of these methods are failing to provide the necessary 51 vertical control, the reference lines will be reinstalled by the Contractor. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Furnish and install all pins, brackets, tensioning devices, wire, and accessories 2 necessary for satisfactory operation of the automatic control equipment. 3 4 If the paving machine in use is not providing the required finish, the Engineer 5 may suspend Work as allowed by Section 1 -08.6. 6 7 5- 04.3(3)D Material Transfer Device or Material Transfer Vehicle 8 Use a material transfer device (MTD) or material transfer vehicle (MTV) to 9 deliver the HMA from the hauling equipment to the paving machine for any lift 10 in (or partially in) the top 0.30 feet of the pavement section used in traffic 11 lanes. However, an MTD /V is not required for HMA placed in irregularly 12 shaped and minor areas such as tapers and turn lanes, or for HMA mixture 13 that is accepted by Visual Evaluation. At the Contractor's request the Engineer 14 may approve paving without an MTD /V; the Engineer will determine if an 15 equitable adjustment in cost or time is due. If a windrow elevator is used, the 16 Engineer may limit the length of the windrow in urban areas or through 17 intersections. 18 19 To be approved for use, an MTV: 20 21 1. Shall be a self - propelled vehicle, separate from the hauling vehicle or 22 paver. 23 24 2. Shall not connected to the hauling vehicle or paver. 25 26 3. May accept HMA directly from the haul vehicle or pick up HMA from a 27 windrow. 28 29 4. Shall mix the HMA after delivery by the hauling equipment and prior 30 to placement into the paving machine. 31 32 5. Shall mix the HMA sufficiently to obtain a uniform temperature 33 throughout the mixture. 34 35 To be approved for use, an MTD: 36 37 1. Shall be positively connected to the paver. 38 39 2. May accept HMA directly from the haul vehicle or pick up HMA from a 40 windrow. 41 42 3. Shall mix the HMA after delivery by the hauling equipment and prior 43 to placement into the paving machine. 44 45 4. Shall mix the HMA sufficiently to obtain a uniform temperature 46 throughout the mixture. 47 48 5- 04.3(3)E Rollers 49 Operate rollers in accordance with the manufacturer's recommendations. 50 When requested by the Engineer, provide a Type 1 Working Drawing of the 51 manufacturer's recommendation for the use of any roller planned for use on 52 the project. Do not use rollers that crush aggregate, produce pickup or AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 washboard, unevenly compact the surface, displace the mix, or produce other 2 undesirable results. 3 4 5- 04.3(4) Preparation of Existing Paved Surfaces 5 Before constructing HMA on an existing paved surface, the entire surface of the 6 pavement shall be clean. Entirely remove all fatty asphalt patches, grease 7 drippings, and other deleterious substances from the existing pavement to the 8 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous 9 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly 10 remove any cleaning or solvent type liquids used to clean equipment spilled on the 11 pavement before paving proceeds. Fill all holes and small depressions with an 12 appropriate class of HMA. Level and thoroughly compact the surface of the patched 13 area. 14 15 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any 16 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned 17 existing pavement with a thin film of residual asphalt free of streaks and bare spots. 18 Apply a heavy application of tack coat to all joints. For Roadways open to traffic, 19 limit the application of tack coat to surfaces that will be paved during the same 20 working shift. Equip the spreading equipment with a thermometer to indicate the 21 temperature of the tack coat material. 22 23 Do not operate equipment on tacked surfaces until the tack has broken and cured. 24 Repair tack coat damaged by the Contractor's operation, prior to placement of the 25 HMA. 26 27 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1, 28 CSS -1 h, STE -1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 29 and CSS -1 h may be diluted with water at a rate not to exceed one part water to one 30 part emulsified asphalt. Do not allow the tack coat material to exceed the maximum 31 temperature recommended by the asphalt supplier. 32 33 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is 34 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, as 35 approved by the Engineer. 36 37 5- 04.3(4)A Crack Sealing 38 5- 04.3(4)A1 General 39 When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 40 inch in width and greater. 41 42 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all 43 loose and foreign material when filling with crack sealant material. Use a 44 hot compressed air lance to dry and warm the pavement surfaces within 45 the crack immediately prior to filling a crack with the sealant material. Do 46 not overheat pavement. Do not use direct flame dryers. Routing cracks is 47 not required. 48 49 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly 50 mix the components and pour the mixture into the cracks until full. Add 51 additional CSS -1 cationic emulsified asphalt to the sand slurry as needed 52 for workability to ensure the mixture will completely fill the crack. Strike off AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 the sand slurry flush with the existing pavement surface and allow the 2 mixture to cure. Top off cracks that were not completely filled with 3 additional sand slurry. Do not place the HMA overlay until the slurry has 4 fully cured. 5 6 Hot Poured Sealant: For cracks that are to be filled with hot poured 7 sealant, apply the material in accordance with these requirements and the 8 manufacturer's recommendations. Furnish a Type 1 Working Drawing of 9 the manufacturer's product information and recommendations to the 10 Engineer prior to the start of work, including the manufacturer's 11 recommended heating time and temperatures, allowable storage time and 12 temperatures after initial heating, allowable reheating criteria, and 13 application temperature range. Confine hot poured sealant material within 14 the crack. Clean any overflow of sealant from the pavement surface. If, in 15 the opinion of the Engineer, the Contractor's method of sealing the cracks 16 with hot poured sealant results in an excessive amount of material on the 17 pavement surface, stop and correct the operation to eliminate the excess 18 material. 19 20 5- 04.3(4)A2 Crack Sealing Areas Prior to Paving 21 In areas where HMA will be placed, use sand slurry to fill the cracks. 22 23 5- 04.3(4)A3 Crack Sealing Areas Not to be Paved 24 In areas where HMA will not be placed, fill the cracks as follows: 25 26 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 27 28 2. Cracks greater than 1 inch in width — fill with sand slurry. 29 30 5- 04.3(4)B Soil Residual Herbicide 31 Where shown in the Plans, apply one application of an approved soil residual 32 herbicide. Comply with Section 8- 02.3(3)B. Complete paving within 48 hours of 33 applying the herbicide. 34 35 Use herbicide registered with the Washington State Department of Agriculture 36 for use under pavement. Before use, obtain the Engineer's approval of the 37 herbicide and the proposed rate of application. Include the following 38 information in the request for approval of the material: 39 40 1. Brand Name of the Material, 41 42 2. Manufacturer, 43 44 3. Environmental Protection Agency (EPA) Registration Number, 45 46 4. Material Safety Data Sheet, and 47 48 5. Proposed Rate of Application. 49 50 5- 04.3(4)C Pavement Repair 51 Excavate pavement repair areas and backfill these with HMA in accordance 52 with the details shown in the Plans and as staked. Conduct the excavation AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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. 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- 04.3(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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Anti -strip is not required for temporary work that will be removed prior to 2 Physical Completion. 3 4 Use asphalt binder of the grade, and from the supplier, in the approved mix 5 design. 6 7 Prior to introducing reclaimed materials into the asphalt plant, remove wire, 8 nails, and other foreign material. Discontinue use of the reclaimed material if 9 the Engineer, in their sole discretion, determines the wire, nails, or other 10 foreign material to be excessive. 11 12 Size RAP and RAS prior to entering the mixer to provide uniform and 13 thoroughly mixed HMA. If there is evidence of the RAP or RAS not breaking 14 down during the heating and mixing of the HMA, immediately suspend the use 15 of the RAP or RAS until changes have been approved by the Engineer. 16 17 After the required amount of mineral materials, RAP, RAS, new asphalt binder 18 and recycling agent have been introduced into the mixer, mix the HMA until 19 complete and uniform coating of the particles and thorough distribution of the 20 asphalt binder throughout the mineral materials, RAP and RAS is ensured. 21 22 Upon discharge from the mixer, ensure that the temperature of the HMA does 23 not exceed the optimum mixing temperature shown on the approved Mix 24 Design Report by more than 25 °F, or as approved by the Engineer. When a 25 WMA additive is included in the manufacture of HMA, do not heat the WMA 26 additive (at any stage of production including in binder storage tanks) to a 27 temperature higher than the maximum recommended by the manufacturer of 28 the WMA additive. 29 30 A maximum water content of 2 percent in the mix, at discharge, will be allowed 31 providing the water causes no problems with handling, stripping, or flushing. If 32 the water in the HMA causes any of these problems, reduce the moisture 33 content. 34 35 During the daily operation, HMA may be temporarily held in approved storage 36 facilities. Do not incorporate HMA into the Work that has been held for more 37 than 24 hours after mixing. Provide an easily readable, low bin -level indicator 38 on the storage facility that indicates the amount of material in storage. Waste 39 the HMA in storage when the top level of HMA drops below the top of the cone 40 of the storage facility, except as the storage facility is being emptied at the end 41 of the working shift. Dispose of rejected or waste HMA at no expense to the 42 Contracting Agency. 43 44 45 46 47 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 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 3/a and 1/2 inch 0.30 feet 0.35 feet % 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. 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 two methods as determined from the criteria in Table 7. Table 7 Basis of Acceptance for HMA Mixture Visual Evaluation Statistical Evaluation Criteria for Selecting the • • Commercial HMA placed at any location Any HMA placed in: o sidewalks • All HMA mixture other than that accepted by Visual Evaluation AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 1 2 3 4 5 Evaluation o road approaches Low RAP /No RAS Method Mandatory' o ditches o slopes o paths o trails o gores o prelevel o temporary pavement' o pavement repair Waiting period after paving the test section. 4 calendar days2 • Other nonstructural applications of HMA as approved by the Meet "Results Required to Stop Performing Test Sections" in Table 9 Provide samples and respond to WSDOT test results required by Engineer '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. 6 The purpose of a test section is to determine whether or not the 7 Contractor's mix design and production processes will produce HMA 8 meeting the Contract requirements related to mixture. Construct HMA 9 mixture test sections at the beginning of paving, using at least 600 tons 10 and a maximum of 1,000 tons or as specified by the Engineer. Each test 11 section shall be constructed in one continuous operation. 12 13 14 15 16 17 18 19 20 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 Mixture Test Sections (For HMA Mixture Accepted by Statistical Evaluation) High RAP /Any RAS Low RAP /No 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 Provide samples and respond to WSDOT test results required by AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 ' If 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. Table 9 Results Required to Stop Performing HMA Mixture Test Sections' (For HMA Mixture Accepted by Statistical Evaluation) for High RAP /Any Table 9 for Low High RAP /Any RAS RAS. RAP /No RAS. ' If 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. Table 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- 04.3(9)B42 None4 Asphalt Binder Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(9)B42 None4 Va Minimum PF; of 0.95 based on the criteria in Section 5- 04.3(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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 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 Table 9a using the data generated from the testing required by Table 9. Each test section shall be considered a separate lot. Table 9a 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 'Failure 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- 04.3(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 lots, 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. 20 Each mixture lot comprises a maximum of 15 mixture sublots, except: 21 22 • The final mixture lot of each mix design on the Contract will 23 comprise a maximum of 25 sublots. 24 • A mixture lot for a test section will consist of three sublots. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 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 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 1"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. 25 5- 04.3(9)B2 Mixture Statistical Evaluation — Sampling 26 Comply with Section 1- 06.2(1). 27 28 Samples of HMA mixture which is accepted by Statistical Evaluation 29 will be randomly selected from within each sublot, with one sample 30 per sublot. The Engineer will determine the random sample location 31 using WSDOT Test Method T 716. The Contractor shall obtain the 32 sample when ordered by the Engineer. The Contractor shall sample 33 the HMA mixture in the presence of the Engineer and in accordance 34 with FOP for WAQTC T 168. 35 36 5- 04.3(9)B3 Mixture Statistical Evaluation — Acceptance Testing 37 Comply with Section 1- 06.2(1). 38 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 2 3 4 5 6 7 8 9 10 11 12 13 14 The Contracting Agency will determine a pay factor (PF;) for each of 15 the properties in Table 11, for each mixture lot, using the quality level 16 analysis in Section 1- 06.2(2)D. For Gradation, a pay factor will be 17 calculated for each of the sieve sizes listed in Table 11 which is equal 18 to or smaller than the maximum allowable aggregate size (100 19 percent passing sieve) of the HMA mixture. The USL and LSL shall 20 be calculated using the Job Mix Formula Tolerances (for Statistical 21 Evaluation) in Section 9- 03.8(7). 22 23 If a constituent is not measured in accordance with these 24 Specifications, its individual pay factor will be considered 1.00 in 25 calculating the Composite Pay Factor (CPF). 26 27 5- 04.3(9)B5 Mixture Statistical Evaluation — Composite Pay 28 Factors (CPF) 29 Comply with Section 1- 06.2(2). 30 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 Gradation: Percent Passing 11/2', 1" 3/4', 1', % ", No. 4, No. 8, No. 200 FOP for WAQTC T 27/T 11 Engineer 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). 31 32 33 34 35 36 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 ", 1/2', %" and No.4 sieves 2 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 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 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 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 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. 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. 22 The Contracting Agency will endeavor to provide written notification (via 23 email to the Contractor's designee) of acceptance test results through its 24 web -based materials testing system Statistical Analysis of Materials 25 (SAM) within 24 hours of the sample being made available to the 26 Contracting Agency. However, the Contractor agrees: 27 28 1. Quality control, defined as the system used by the Contractor to 29 monitor, assess, and adjust its production processes to ensure 30 that the final HMA mixture will meet the specified level of quality, 31 is the sole responsibility of the Contractor. 32 33 2. The Contractor has no right to rely on any testing performed by 34 the Contracting Agency, nor does the Contractor have any right 35 to rely on timely notification by the Contracting Agency of the 36 Contracting Agency's test results (or statistical analysis thereof), 37 for any part of quality control and /or for making changes or 38 correction to any aspect of the HMA mixture. 39 40 3. The Contractor shall make no claim for untimely notification by 41 the Contracting Agency of the Contracting Agency's test results 42 or statistical analysis. 43 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 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: Table 14 Criteria for Determining Method of Evaluation for HMA Compaction' Statistical Evaluation of HMA Compaction is Required For: Visual Evaluation of HMA Compaction is Required For: Test Point Evaluation of HMA Compaction is Required For: • Any HMA for which the specified course thickness is greater than 0.10 feet, and the HMA is in: o traffic lanes, including but not limited to: • ramp lanes • truck climbing lanes • weaving lanes • speed change lanes • "HMA for Preleveling..." • "HMA for Pavement Repair..." • Any HMA not meeting the criteria for Statistical Evaluation or Visual Evaluation '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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 The type of rollers to be used and their relative position in the compaction 2 sequence shall generally be the Contractor's option, provided the 3 specified densities are attained. An exception shall be that pneumatic tired 4 rollers shall be used for compaction of the wearing course beginning 5 October 1St of any year through March 31St of the following year. Coverage 6 with a steel wheel roller may precede pneumatic tired rolling. Unless 7 otherwise approved by the Engineer, operate rollers in the static mode 8 when the internal temperature of the mix is less than 175 °F. Regardless of 9 mix temperature, do not operate a roller in a mode that results in checking 10 or cracking of the mat. 11 12 On bridge decks and on the five feet of roadway approach immediately 13 adjacent to the end of bridge /back of pavement seat, operate rollers in 14 static mode only. 15 16 5- 04.3(10)B HMA Compaction — Cyclic Density 17 Low cyclic density areas are defined as spots or streaks in the pavement 18 that are less than 90 percent of the theoretical maximum density. At the 19 Engineer's discretion, the Engineer may evaluate the HMA pavement for 20 low cyclic density, and when doing so will follow WSDOT SOP 733. A 21 $500 Cyclic Density Price Adjustment will be assessed for any 500 -foot 22 section with two or more density readings below 90 percent of the 23 theoretical maximum density. 24 25 5- 04.3(10)C HMA Compaction Acceptance — Statistical Evaluation 26 HMA compaction which is accepted by Statistical Evaluation will be based 27 on acceptance testing performed by the Contracting Agency, and 28 statistical analysis of those acceptance tests results. This will result in a 29 Compaction Price Adjustment. 30 31 5- 04.3(10)C1 HMA Compaction Statistical Evaluation — Lots and 32 Sublots 33 HMA compaction which is accepted by Statistical Evaluation will be 34 evaluated by the Contracting Agency dividing the project into 35 compaction lots, and each compaction lot will be evaluated using 36 stratified random sampling by the Contracting Agency sub - dividing 37 each compaction lot into compaction sublots. All mixture in any 38 individual compaction lot shall be of the same mix design. The 39 compaction sublots will be numbered in the order in which the mixture 40 (of a particular mix design) is paved. 41 42 Each compaction lot comprises a maximum of 15 compaction sublots, 43 except for the final compaction lot of each mix design on the Contract, 44 which comprises a maximum of 25 sublots. 45 46 Each compaction sublot shall be uniform in size as shown in Table 47 15, except that the last compaction sublot of each day may be 48 increased to a maximum of two times the compaction sublot quantity 49 calculated. Minor variations in the size of any sublot shall not be 50 cause to invalidate the associated test result. 51 Table 15 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 2 3 4 5 For a compaction lot in progress with a compaction CPF 6 less than 0.75, a new compaction lot will begin at the 7 Contractor's request after the Engineer is satisfied that 8 material conforming to the Specifications can be produced. 9 See also Section 5- 04.3(11)F. 10 11 All HMA which is paved on a bridge and accepted for compaction by 12 Statistical Evaluation will compose a bridge compaction lot. If the 13 contract includes such HMA on more than one bridge, compaction will 14 be evaluated on each bridge individually, as separate bridge 15 compaction Tots. 16 17 Bridge compaction sublots will be determined by the Engineer subject 18 to the following: 19 20 • All sublots on a given bridge will be approximately the same 21 size. 22 23 • Sublots will be stratified from the lot. 24 25 • In no case will there be less than 3 sublots in each bridge 26 compaction lot. 27 28 • No sublot will exceed 50 tons. 29 30 • Compaction test locations will be determined by the 31 Engineer in accordance with WSDOT FOP for AASHTO 32 T716. 33 34 5- 04.3(10)C2 HMA Compaction Statistical Evaluation — 35 Acceptance Testing 36 Comply with Section 1- 06.2(1). 37 38 The location of HMA compaction acceptance tests will be randomly 39 selected by the Contracting Agency from within each sublot, with one 40 test per sublot. The Contracting Agency will determine the random 41 sample location using WSDOT Test Method T 716. 42 43 Use Table 16 to determine compaction acceptance test procedures 44 and to allocate compaction acceptance sampling and testing 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 1 In determining the plan quantity tonnage, do not include any tons accepted by test point evaluation. The following will cause one compaction lot to end prematurely and a new compaction lot to begin: 1 1 1 1 1 1 1 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 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 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 " Basis for Test: Cores Cores' Nuclear Density Gauge3 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 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 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 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. 1 2 When using the nuclear density gauge for acceptance testing of 3 pavement density, the Engineer will follow WSDOT SOP 730 for 4 correlating the nuclear gauge with HMA cores. When cores are 5 required for the correlation, coring and testing will be by the 6 Contracting Agency. When a core is taken for gauge correlation at the 7 location of a sublot, the relative density of the core will be used for the 8 sublot test result and is exempt from retesting. 9 10 5- 04.3(10)C3 HMA Statistical Compaction — Price Adjustments 11 For each HMA compaction lot (that is accepted by Statistical 12 Evaluation) which has less than three compaction sublots, for which 13 all compaction sublots attain a minimum of 91 percent compaction 14 determined in accordance with WSDOT FOP for AASHTO T 355 (or 15 WSDOT SOP 736 when provided by the Contract), the HMA will be 16 accepted at the unit Contract price with no further evaluation. 17 18 For each HMA compaction lot (that is accepted by Statistical 19 Evaluation) which does not meet the criteria in the preceding 20 paragraph, the compaction lot shall be evaluated in accordance with 21 Section 1- 06.2(2) to determine the appropriate Compaction Price 22 Adjustment (CPA). All of the test results obtained from the 23 acceptance samples from a given compaction lot shall be evaluated 24 collectively. Additional testing by either a nuclear density gauge or 25 cores will be completed as required to provide a minimum of three 26 tests for evaluation. 27 28 For the statistical analysis in Section 1 -06.2, use the following values: 29 30 x = Percent compaction of each sublot 31 USL = 100 32 LSL= 91 33 34 Each CPA will be determined as follows: 35 36 CPA = [0.40 x (CPF — 1.00)] x Q x UP 37 38 Where 39 40 CPA = Compaction Price Adjustment for the compaction lot 41 ($) AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CPF = Composite Pay Factor for the compaction lot 2 (maximum is 1.05) 3 Q = Quantity in the compaction lot (tons) 4 UP = Unit price of the HMA in the compaction lot ($ /ton) 5 6 5- 04.3(10)C4 HMA Statistical Compaction — Requests for 7 Retesting 8 For a compaction sublot that has been tested with a nuclear density 9 gauge that did not meet the minimum of 91 percent of the theoretical 10 maximum density in a compaction lot with a CPF below 1.00 and thus 11 subject to a price reduction or rejection, the Contractor may request 12 that a core, taken at the same location as the nuclear density test, be 13 used for determination of the relative density of the compaction 14 sublot. The relative density of the core will replace the relative density 15 determined by the nuclear density gauge for the compaction sublot 16 and will be used for calculation of the CPF and acceptance of HMA 17 compaction lot. When cores are taken by the Contracting Agency at 18 the request of the Contractor, they shall be requested by noon of the 19 next workday after the test results for the compaction sublot have 20 been provided or made available to the Contractor. Traffic control 21 shall be provided by the Contractor as requested by the Engineer. 22 Failure by the Contractor to provide the requested traffic control will 23 result in forfeiture of the request for retesting. When the CPF for the 24 compaction lot based on the results of the cores is less than 1.00, the 25 Contracting Agency will deduct the cost for the coring from any 26 monies due or that may become due the Contractor under the 27 Contract at the rate of $200 per core and the Contractor shall pay for 28 the cost of the traffic control. 29 30 5- 04.3(10)D HMA Compaction — Visual Evaluation 31 Visual Evaluation will be the basis of acceptance for compaction of the Bid 32 items "HMA for Pavement Repair Cl. PG "and "HMA for 33 Prelevelling Class PG ". This HMA shall be thoroughly compacted 34 to the satisfaction of the Engineer. HMA that is used to prelevel wheel 35 ruts shall be compacted with a pneumatic tire roller. 36 37 5- 04.3(10)E HMA Compaction — Test Point Evaluation 38 When compaction acceptance is by Test Point Evaluation, compact HMA 39 based on a test point evaluation of the compaction train. Perform the test 40 point evaluation in accordance with instructions from the Engineer. The 41 number of passes with an approved compaction train, required to attain 42 the maximum test point density, shall be used on all subsequent paving. 43 44 5- 04.3(10)F HMA Compaction Acceptance — Notification of 45 Acceptance Test Results 46 The obligations and responsibilities for notifying the Contractor of 47 compaction acceptance test results are the same as for mixture 48 acceptance test results. See Section 5- 04.3(9)E. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 5- 04.3(11) Reject Work 2 This Section applies to HMA and all requirements related to HMA (except 3 aggregates prior to being incorporated into HMA). For rejection of aggregate 4 prior to its incorporation into HMA refer to Section 3 -04. 5 6 5- 04.3(11)A Reject Work — General 7 Work that is defective or does not conform to Contract requirements shall 8 be rejected. The Contractor may propose, in writing, alternatives to 9 removal and replacement of rejected material. Acceptability of such 10 alternative proposals will be determined at the sole discretion of the 11 Engineer. 12 13 5- 04.3(11)B Rejection by Contractor 14 The Contractor may, prior to acceptance sampling and testing, elect to 15 remove any defective material and replace it with new material. Any such 16 new material will be sampled, tested, and evaluated for acceptance. 17 18 5- 04.3(11)C Rejection Without Testing (Mixture or Compaction) 19 The Engineer may, without sampling, reject any batch, Toad, or section of 20 Roadway that appears defective. Material rejected before placement shall 21 not be incorporated into the pavement. 22 23 No payment will be made for the rejected materials or the removal of the 24 materials unless the Contractor requests the rejected material to be 25 tested. If the Contractor requests testing, acceptance will be by Statistical 26 Evaluation, and a minimum of three samples will be obtained and tested. 27 When uncompacted material is required for testing but not available, the 28 Engineer will determine random sample locations on the roadway in 29 accordance with WSDOT Test Method T 716, take cores in accordance 30 with WSDOT SOP 734, and test the cores in accordance with WSDOT 31 SOP 737. 32 33 If the CPF for the rejected material is less than 0.75, no payment will be 34 made for the rejected material; in addition, the cost of sampling and 35 testing shall be borne by the Contractor. If the CPF is greater than or 36 equal to 0.75, the cost of sampling and testing will be borne by the 37 Contracting Agency. If the material is rejected before placement and the 38 CPF is greater than or equal to 0.75, compensation for the rejected 39 material will be at a CPF of 0.75. If rejection occurs after placement and 40 the CPF is greater than or equal to 0.75, compensation for the rejected 41 material will be at the calculated CPF with an addition of 25 percent of the 42 unit Contract price added for the cost of removal and disposal. 43 44 5- 04.3(11)D Rejection — A Partial Sublot (Mixture or Compaction) 45 In addition to the random acceptance sampling and testing, the Engineer 46 may also isolate from a mixture or compaction sublot any material that is 47 suspected of being defective in relative density, gradation or asphalt 48 binder content. Such isolated material will not include an original sample 49 location. The Contracting Agency will obtain a minimum of three random 50 samples of the suspect material and perform the testing. When 51 uncompacted material is required for testing but is not available, the 52 Engineer will select random sample locations on the roadway in AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 accordance with WSDOT Test Method T 716, take cores samples in 2 accordance with WSDOT SOP 734, and test the material in accordance 3 with WSDOT SOP 737. The material will then be statistically evaluated as 4 an independent lot in accordance with Section 1- 06.2(2). 5 6 5- 04.3(11)E Rejection — An Entire Sublot (Mixture or Compaction) 7 An entire mixture or compaction sublot that is suspected of being defective 8 may be rejected. When this occurs, a minimum of two additional random 9 samples from this sublot will be obtained. When uncompacted material is 10 required for the additional samples but the material has been compacted, 11 the Contracting Agency will take and test cores from the roadway as 12 described in Section 5- 04.3(11)D. The additional samples and the original 13 sublot will be evaluated as an independent lot in accordance with Section 14 1- 06.2(2). 15 16 5- 04.3(11)F Rejection - A Lot in Progress (Mixture or Compaction) 17 The Contractor shall shut down operations and shall not resume HMA 18 placement until such time as the Engineer is satisfied that material 19 conforming to the Specifications can be produced when: 20 21 1. the Composite Pay Factor (CPF) of a mixture or compaction lot 22 in progress drops below 1.00 and the Contractor is taking no 23 corrective action, or 24 25 2. the Pay Factor (PF;) for any constituent of a mixture or 26 compaction lot in progress drops below 0.95 and the Contractor 27 is taking no corrective action, or 28 29 3. either the PF; for any constituent (or the CPF) of a mixture or 30 compaction lot in progress is less than 0.75. 31 32 5- 04.3(11)G Rejection — An Entire Lot (Mixture or Compaction) 33 An entire lot with a CPF of Tess than 0.75 will be rejected. 34 35 5- 04.3(12) Joints 36 5- 04.3(12)A HMA Joints 37 5- 04.3(12)A1 Transverse Joints 38 Conduct operations such that placement of the top or wearing course 39 is a continuous operation or as close to continuous as possible. 40 Unscheduled transverse joints will be allowed, but the roller may pass 41 over the unprotected end of the freshly laid HMA only when the 42 placement of the course is discontinued for such a length of time that 43 the HMA will cool below compaction temperature. When the Work is 44 resumed, cut back the previously compacted HMA to produce a 45 slightly beveled edge for the full thickness of the course. 46 47 Construct a temporary wedge of HMA on a 50H:1V where a 48 transverse joint as a result of paving or planing is open to traffic. 49 Separate the HMA in the temporary wedge from the permanent HMA 50 upon which it is placed by strips of heavy wrapping paper or other 51 methods approved by the Engineer. Remove the wrapping paper and AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 trim the joint to a slightly beveled edge for the full thickness of the 2 course prior to resumption of paving. 3 4 Waste the material that is cut away and place new HMA against the 5 cut. Use rollers or tamping irons to seal the joint. 6 7 5- 04.3(12)A2 Longitudinal Joints 8 Offset the longitudinal joint in any one course from the course 9 immediately below by not more than 6 inches nor less than 2 inches. 10 Locate all longitudinal joints constructed in the wearing course at a 11 lane line or an edge line of the Traveled Way. Construct a notched 12 wedge joint along all longitudinal joints in the wearing surface of new 13 HMA unless otherwise approved by the Engineer. The notched 14 wedge joint shall have a vertical edge of not less than the maximum 15 aggregate size nor more than 1/2 of the compacted lift thickness, and 16 then taper down on a slope not steeper than 4H:1 V. Uniformly 17 compact the sloped portion of the HMA notched wedge joint. 18 19 On one -lane ramps a longitudinal joint may be constructed at the 20 center of the traffic lane, subject to approval by the Engineer, if: 21 22 1. The ramp must remain open to traffic, or 23 24 2. The ramp is closed to traffic and a hot -lap joint is 25 constructed. 26 27 a. Two paving machines shall be used to construct the 28 hot -lap joint. 29 30 b. The pavement within 6 inches of the hot -lap joint will not 31 be excluded from random location selection for 32 compaction testing. 33 34 c. Construction equipment other than rollers shall not 35 operate on any uncompacted HMA. 36 37 When HMA is placed adjacent to cement concrete pavement, 38 construct longitudinal joints between the HMA and the cement 39 concrete pavement. Saw the joint to the dimensions shown on 40 Standard Plan A -40.10 and fill with joint sealant meeting the 41 requirements of Section 9 -04.2. 42 43 5- 04.3(12)B Bridge Paving Joint Seals 44 5- 04.3(12)B1 HMA Sawcut and Seal 45 Prior to placing HMA on the bridge deck, establish sawcut alignment 46 points at both ends of the bridge paving joint sealsto be placed at the 47 bridge ends, and at interior joints within the bridge deck when and 48 where shown in the Plans. Establish the sawcut alignment points in a 49 manner that they remain functional for use in aligning the sawcut after 50 placing the HMA overlay. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Submit a Type 1 Working Drawing consisting of the sealant 2 manufacturer's application procedure. 3 4 Construct the bridge paving joint seal as specified in the Plans and in 5 accordance with the detail shown in the Standard Plans. Construct 6 the sawcut in accordance with Section 5- 05.3(8). Apply the sealant in 7 accordance with Section 5- 05.3(8)B and the manufacturer's 8 application procedure. 9 10 5- 04.3(12)B2 Paved Panel Joint Seal 11 Construct the paved panel joint seal in accordance with the 12 requirements specified in Section 5- 04.3(12)B1 and the following 13 requirement: 14 15 1. Clean and seal the existing joint between concrete panels in 16 accordance with Section 5- 01.3(8) and the details shown in 17 the Standard Plans. 18 19 5- 04.3(13) Surface Smoothness 20 The completed surface of all courses shall be of uniform texture, smooth, 21 uniform as to crown and grade, and free from defects of all kinds. The 22 completed surface of the wearing course shall not vary more than % inch from 23 the lower edge of a 10 -foot straightedge placed on the surface parallel to the 24 centerline. The transverse slope of the completed surface of the wearing 25 course shall vary not more than 1/4 inch in 10 feet from the rate of transverse 26 slope shown in the Plans. 27 28 When deviations in excess of the above tolerances are found that result from 29 a high place in the HMA, correct the pavement surface by one of the 30 following methods: 31 32 1. Remove material from high places by grinding with an approved 33 grinding machine, or 34 35 2. Remove and replace the wearing course of HMA, or 36 37 3. By other method approved by the Engineer. 38 39 Correct defects until there are no deviations anywhere greater than the 40 allowable tolerances. 41 42 Deviations in excess of the above tolerances that result from a low place in the 43 HMA and deviations resulting from a high place where corrective action, in the 44 opinion of the Engineer, will not produce satisfactory results will be accepted 45 with a price adjustment. The Engineer shall deduct from monies due or that 46 may become due to the Contractor the sum of $500.00 for each and every 47 section of single traffic lane 100 feet in length in which any excessive 48 deviations described above are found. 49 50 When portland cement concrete pavement is to be placed on HMA, the 51 surface tolerance of the HMA shall be such that no surface elevation lies 52 above the Plan grade minus the specified Plan depth of portland cement AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 concrete pavement. Prior to placing the portland cement concrete pavement, 2 bring any such irregularities to the required tolerance by grinding or other 3 means approved by the Engineer. 4 5 When utility appurtenances such as manhole covers and valve boxes are 6 located in the Traveled Way, pave the Roadway before the utility 7 appurtenances are adjusted to the finished grade. 8 9 5- 04.3(14) Planing Bituminous Pavement 10 Plane in such a manner that the underlying pavement is not torn, broken, or 11 otherwise damaged by the planing operation. Delamination or raveling of the 12 underlying pavement will not be construed as damage due to the Contractor's 13 operations. Pavement outside the limits shown in the Plans or designated by 14 the Engineer that is damaged by the Contractor's operations shall be repaired 15 to the satisfaction of the Engineer at no additional cost to the Contracting 16 Agency. 17 18 For mainline planing operations, use equipment with automatic controls and 19 with sensors for either or both sides of the equipment. The controls shall be 20 capable of sensing the grade from an outside reference line, or a mat - 21 referencing device. The automatic controls shall have a transverse slope 22 controller capable of maintaining the mandrel at the desired transverse slope 23 (expressed as a percentage) within plus or minus 0.1 percent. 24 25 Remove all loose debris from the planed surface before opening the planed 26 surface to traffic. The planings and other debris resulting from the planing 27 operation shall become the property of the Contractor and be disposed of in 28 accordance with Section 2- 03.3(7)C, or as otherwise allowed by the Contract. 29 30 5- 04.3(15) Sealing Pavement Surfaces 31 Apply a fog seal where shown in the Plans. Construct the fog seal in 32 accordance with Section 5 -02.3. Unless otherwise approved by the Engineer, 33 apply the fog seal prior to opening to traffic. 34 35 5- 04.3(16) HMA Road Approaches 36 Construct HMA approaches at the locations shown in the Plans or where 37 staked by the Engineer, in accordance with Section 5 -04. 38 39 5 -04.4 Measurement 40 HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will 41 be measured by the ton in accordance with Section 1 -09.2, with no deduction being 42 made for the weight of asphalt binder, mineral filler, or any other component of the HMA. 43 If the Contractor elects to remove and replace HMA as allowed by Section 5- 04.3(11), 44 the material removed will not be measured. 45 46 Roadway cores will be measured per each for the number of cores taken. 47 48 Crack Sealing -LF will be measured by the linear foot along the line of the crack. 49 50 Soil residual herbicide will be measured by the mile for the stated width to the nearest 51 0.01 mile or by the square yard, whichever is designated in the Proposal. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Pavement repair excavation will be measured by the square yard of surface marked 2 prior to excavation. 3 4 Asphalt for fog seal will be measured by the ton, as provided in Section 5 -02.4. 5 6 Longitudinal joint seals between the HMA and cement concrete pavement will be 7 measured by the linear foot along the line and slope of the completed joint seal. 8 9 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot 10 along the line and slope of the completed joint seal. 11 12 Planing bituminous pavement will be measured by the square yard. 13 14 Temporary pavement marking will be measured by the linear foot as provided in Section 15 8 -23.4. 16 17 Water will be measured by the M gallon as provided in Section 2 -07.4. 18 19 5 -04.5 Payment 20 Payment will be made for each of the following Bid items that are included in the 21 Proposal: 22 23 "HMA Cl. PG ", per ton. 24 "HMA for Approach Cl. PG ", per ton. 25 "HMA for Preleveling Cl. PG ", per ton. 26 "HMA for Pavement Repair Cl. PG ", per ton. 27 "Commercial HMA ", per ton. 28 The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. 29 PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. 30 PG ", and "Commercial HMA" shall be full compensation for all costs, 31 including anti - stripping additive, incurred to carry out the requirements of Section 5- 32 04 except for those costs included in other items which are included in this 33 Subsection and which are included in the Proposal. 34 35 "Crack Sealing -FA ", by force account. 36 "Crack Sealing -FA" will be paid for by force account as specified in Section 1 -09.6. 37 For the purpose of providing a common Proposal for all Bidders, the Contracting 38 Agency has entered an amount in the Proposal to become a part of the total Bid by 39 the Contractor. 40 41 "Crack Sealing -LF ", per linear foot. 42 The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment 43 for all costs incurred to perform the Work described in Section 5- 04.3(4)A. 44 45 "Soil Residual Herbicide ft. Wide ", per mile, or 46 "Soil Residual Herbicide ", per square yard. 47 The unit Contract price per mile or per square yard for "Soil Residual Herbicide" 48 shall be full payment for all costs incurred to obtain, provide and install herbicide in 49 accordance with Section 5- 04.3(4)B. 50 51 "Pavement Repair Excavation Incl. Haul ", per square yard. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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)0 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- 04.3(12)B. "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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 "Cyclic Density Price Adjustment ", by calculation. 3 "Cyclic Density Price Adjustment" will be calculated and paid for as described in 4 Section 5- 04.3(10)B. 5 6 5- 05.AP5 7 Section 5 -05, Cement Concrete Pavement 8 January 3, 2017 9 5- 05.3(1) Concrete Mix Design for Paving 10 In last sentence of the second paragraph of item number 1, the reference to "Section 9- 11 01.2(4)" is revised to read "Section 9- 01.2(1)B ". 12 13 The following is inserted after item number 2: 14 15 16 17 18 19 20 21 Item number 3 is renumbered to 4 and revised (up until the table) to read: 22 23 24 25 26 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. 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% 27 28 5- 05.3(3)B Mixing Equipment 29 The last sentence of item number 4 is revised to read: 30 31 Plant -mixed concrete may be transported in nonagitated vehicles provided that the 32 concrete is in a workable condition when placed and: 33 34 a. discharge is completed within 45 minutes after the introduction of mixing water 35 to the cement and aggregates, or 36 37 b. discharge is completed within 60 minutes after the introduction of mixing water 38 to the cement and aggregates, provided the concrete mix temperature is 70 °F 39 or below during placement, or 40 41 c. discharge is completed within 60 minutes after the introduction of mixing water 42 to the cement and aggregates, provided the mix contains an approved set 43 retarder at the manufacturer's minimum dosage rate. 44 45 5- 05.3(6) Subgrade 46 This section, including title, is revised to read: 47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 5- 05.3(6) Surface Preparation 2 The Subgrade surface shall be prepared and compacted a minimum of 3 feet beyond 3 each edge of the area which is to receive concrete pavement in order to accommodate 4 the slip -form equipment. 5 6 Concrete shall not be placed during a heavy rainfall. Prior to placing concrete: 7 8 1. The surface shall be moist; 9 10 2. Excess water (e.g., standing, pooling or flowing) shall be removed from the 11 surface. 12 13 3. The surface shall be clean and free of any deleterious materials. 14 15 4. The surface temperature shall not exceed 120 °F or be frozen. 16 17 5- 05.3(7)A Slip -Form Construction 18 The second sentence of the first paragraph is revised to read: 19 20 The alignment and elevation of the paver shall be regulated from outside reference lines 21 established for this purpose, or by an electronic control system capable of controlling 22 the line and grade within required tolerances. 23 24 6- 02.AP6 25 Section 6 -02, Concrete Structures 26 April 3, 2017 27 6- 02.3(2) Proportioning Materials 28 In the sixth paragraph, the reference to "Section 9- 01.2(4)" is revised to read "9- 01.2(1)B ". 29 30 6- 02.3(2)A Contractor Mix Design 31 The following new sentence is inserted after the first sentence of the third paragraph: 32 33 The mix design submittal shall also include test results no older than one year showing 34 that the Aggregates do not contain Deleterious Substances in accordance with Section 35 9 -03. 36 37 6- 02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 38 The following new sentence is inserted after the second sentence of the last paragraph: 39 40 Mix designs using shrinkage reducing admixture shall state the specific quantity 41 required. 42 43 The following new sentence is inserted before the last sentence of the last paragraph: 44 45 Testing samples of mixes using shrinkage reducing admixture shall use the admixture 46 amount specified in the mix design submittal. 47 48 6- 02.3(2)B Commercial Concrete 49 The last sentence of the first paragraph is revised to read: 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Commercial concrete does not require mix design or source approvals for cement, 2 aggregate, and other admixtures. 3 4 6- 02.3(6)A1 Hot Weather Protection 5 This section is revised to read: 6 7 The Contractor shall provide concrete within the specified temperature limits. Cooling of 8 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 9 content is monitored and the mixing water is adjusted for the free water in the 10 aggregate. Shading or cooling aggregate piles (sprinkling of fine aggregate piles with 11 water is not allowed). If sprinkling of the coarse aggregates is to be used, the piles 12 moisture content shall be monitored and the mixing water adjusted for the free water in 13 the aggregate. In addition, when removing the coarse aggregate, it shall be removed 14 from at least 1 foot above the bottom of the pile. Refrigerating mixing water; or replacing 15 all or part of the mixing water with crushed ice, provided the ice is completely melted by 16 placing time. 17 18 If air temperature exceeds 90 °F, the Contractor shall use water spray or other accepted 19 methods to cool all concrete - contact surfaces to Tess than 90 °F. These surfaces include 20 forms, reinforcing steel, steel beam flanges, and any others that touch the mix. 21 22 6- 02.3(6)A2 Cold Weather Protection 23 This section is revised to read: 24 25 Concrete shall be maintained at or above a temperature of 40°F during the first seven 26 days of the Cold Weather Protection Period and at or above a temperature of 35 °F 27 during the remainder of the Cold Weather Protection Period. Cold weather protection 28 requirements do not apply to concrete in shafts and piles placed below the ground line. 29 30 Prior to placing concrete in cold weather, the Contractor shall submit a Type 2 Working 31 Drawing with a written procedure for cold weather concreting. The procedure shall detail 32 how the Contractor will adequately cure the concrete and prevent the concrete 33 temperature from falling below the minimum temperature. Extra protection shall be 34 provided for areas especially vulnerable to freezing (such as exposed top surfaces, 35 corners and edges, thin sections, and concrete placed into steel forms). Concrete 36 placement will only be allowed if the Contractor's cold weather protection plan has been 37 accepted by the Engineer. 38 39 Prior to concrete placement, the Contractor shall review the 7 -day temperature 40 predictions for the job site from the Western Region Headquarters of the National 41 Weather Service (www.wrh.noaa.gov). When temperatures below 35 °F are predicted, 42 the Contractor shall: 43 44 1. Install temperature data loggers in each concrete pour. One data logger shall 45 be installed for every 100 yards of concrete placed. Data loggers shall be 46 installed at locations directed by the Engineer, and shall be placed 1.5 inches 47 from the face of concrete. 48 49 2. Immediately after concrete placement, temperature data loggers shall be 50 installed on the concrete surface at locations directed by the Engineer. One 51 data logger shall be installed for every 100 yards of concrete placed. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 The data loggers shall be operated continuously during the Cold Weather Protection 2 Period. Temperatures shall be measured, recorded and stored a minimum of every 30 3 minutes. Temperature data shall be submitted to the Engineer as a Type 1 Working 4 Drawing within three days following the end of the Cold Weather Protection Period. 5 6 For each day that the concrete temperature falls below 40 °F during the first seven days 7 of the Cold Weather Protection Period, no curing time is awarded for that day and the 8 Cold Weather Protection Period is extended for one additional day. If the concrete 9 temperature falls below 35 °F during Cold Weather Protection Period, the concrete may 10 be rejected by the Engineer. 11 12 6- 02.3(7) Concrete Exposed to Sea Water 13 This section including title is revised to read: 14 15 6- 02.3(7) Vacant 16 17 6- 02.3(8) Concrete Exposed to Alkaline Soils or Water 18 This section including title is revised to read: 19 20 6- 02.3(8) Vacant 21 22 6- 02.3(17)K Concrete Forms on Steel Spans 23 In the last paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 24 25 6- 02.3(17)N Removal of Falsework and Forms 26 The fifth paragraph is deleted. 27 28 6- 02.3(25) Prestressed Concrete Girders 29 Under the heading "Prestressed Concrete Slab Girder ", the second sentence is deleted. 30 31 6- 02.3(25)A Shop Drawings 32 The sixth paragraph is deleted. 33 34 6- 02.3(25)F Prestress Release 35 The last two sentences of the last paragraph are deleted and replaced with the following 36 single sentence: 37 38 This request shall be submitted as a Type 2E Working Drawing analyzing changes in 39 vertical deflection, girder lateral stability and concrete stresses in accordance with 40 Section 6- 02.3(25)L2. 41 42 6- 02.3(25)H Finishing 43 Item number 2 in the first paragraph is revised to read: 44 45 2. The bottoms, sides, and tops of the lower flanges on all girders, including the top of 46 the bottom slab between the tub girder webs. 47 48 6- 02.3(25)1 Fabrication Tolerances 49 Items 4 and 5 in the first paragraph are revised to read: 50 51 4. Flange Depth: ± 1/4 inch AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 5. Strand Position: 3 4 Individual strands: ± 1/4 inch 5 6 Bundled strands: ± 1/2 inch 7 8 Harped strand group center of gravity at the girder ends: ± 1 inch 9 10 Items 7, 8 and 9 in the first paragraph are revised to read: 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 7. Position of an Interior Void, vertically and horizontally: ± 1/2 inch. 8. Bearing Recess (center of recess to girder end): ± 5 inch. 9. Girder Ends (deviation from square or designated skew): Horizontal: ± % inch per foot of girder width, up to a maximum of ± 1/2 inch Vertical: ± /16 inch per foot of girder depth, up to a maximum of ± 11/2 inch Items 14 and 15 in the first paragraph are revised to read: 14. Local smoothness of any surface: ± 1/4 inch in 10 feet. 15. Differential Camber between Girders in a Span (measured in place at the job site): For wide flange deck and deck bulb tee girders with a cast -in -place reinforced concrete deck: Cambers shall be equalized when the differences in cambers between adjacent girders exceeds ± 3/4 inch For wide flange deck, deck bulb tee and slab girders without a cast -in- place reinforced concrete deck: Cambers shall be equalized when the differences in cambers between adjacent girders exceeds ±1/4 inch 28 29 Item 17 in the first paragraph is revised to read: 30 31 17. Position of Lifting Embedments: ± 3 inches longitudinal, ± 1/4 inch transverse. 32 33 6- 02.3(25)J Horizontal Alignment 34 This section is revised to read: 35 36 The Contractor shall check and record the horizontal alignment (sweep) of each girder 37 at the following times: 38 39 1. Initial — Upon removal of the girder from the casting bed 40 41 2. Shipment — Within 14 days prior to shipment; and 42 43 3. Erection — After girder erection and cutting temporary top strands but prior to 44 any equalization, welding ties or placement of diaphragms. 45 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 Horizontal alignment of the top and bottom flanges shall be checked and recorded. 2 Alternatively, the Contractor may check and record the horizontal alignment of the web 3 near mid - height of the girder. Each check shall be made by measuring the maximum 4 offset at mid -span relative to a chord that starts and stops at the girder ends. The 5 Contractor shall check and record the alignment at a time when the girder is not 6 influenced by temporary differences in surface temperature. Records for the initial check 7 (item 1 above) shall be included in the Contractor's prestressed concrete certificate of 8 compliance. Records for all other checks shall be submitted as a Type 1 Working 9 Drawing. 10 11 For each check (Items 1 to 3 above), the alignment shall not be offset more than % inch 12 for each 10 feet of girder length. Girders not meeting this tolerance for the shipment 13 check (Item 2 above) shall require an analysis of girder lateral stability and stresses in 14 accordance with Section 6- 02.3(25)L1. The Contractor shall perform this analysis and 15 submit it as a Type 2E Working Drawing prior to shipment of the girder. Any girder that 16 exceeds an offset of 1/8 inch for each 10 feet of girder length for the erection check (Item 17 3 above) shall be corrected at the job site to the 1/8 inch maximum offset per 10 feet of 18 girder length before concrete is placed into the diaphragms. The Contractor shall submit 19 a Type 2 Working Drawing for any required corrective action. 20 21 The maximum distance between the side of a prestressed concrete slab girder, or the 22 edge of the top flange of a wide flange deck, wide flange thin deck or deck bulb tee 23 girder, and a chord that extends the full length of the girder shall be ±1/2 inch after 24 erection (Item 3 above). 25 26 6- 02.3(25)K Vertical Deflection 27 Items 2 and 3 in the first paragraph are revised to read: 28 29 2. Shipment — Within 14 days prior to shipment; 30 31 3. Erection — After girder erection and cutting temporary top strands but prior to any 32 equalization, welding ties or placement of diaphragms. 33 34 The following new paragraph is inserted after the second paragraph: 35 36 Girders with vertical deflections not meeting the limit shown in the Plans for the 37 shipment check (Item 2 above) shall require an analysis of girder lateral stability and 38 stresses in accordance with Section 6- 02.3(25)L1. The Contractor shall perform this 39 analysis and submit it as a Type 2E Working Drawing prior to shipment. 40 41 The following new sentence is inserted after the second sentence of the fourth to last 42 paragraph: 43 44 Any diaphragms are assumed to be placed. 45 46 The last three paragraphs are deleted and replaced with the following: 47 48 If the girder vertical deflection measured for the erection check (Item 3 above) is not 49 between the lower "D" dimension bound shown in the Plans and the upper "D" 50 dimension bound shown in the Plans plus 3/4 inches, the Engineer may require 51 corrective action. The Contractor shall submit a Type 2 Working Drawing for any 52 required corrective action. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 6- 02.3(25)L Handling and Storage 3 The second paragraph is revised to read: 4 5 For strand lift loops, only 1/2-inch diameter or 0.6 -inch diameter strand conforming to 6 Section 9 -07.10 shall be used, and a minimum 2 -inch diameter straight pin of a shackle 7 shall be used through the loops. Multiple loops shall be held level in the girder during 8 casting in a manner that allows each loop to carry its share of the load during lifting. The 9 minimum distance from the end of the girder to the centroid of the strand lift loops shall 10 be 3 feet. The loops for all prestressed concrete girders, with the exception of 11 prestressed concrete slab girders, shall project a minimum of 1' -6" from the top of the 12 girder. The loops for prestressed concrete slab girders shall project a minimum of 4 13 inches. Loops shall extend to within 3 inches clear of the bottom of the girder, 14 terminating with a 9 -inch long 90- degree hook. Loads on individual loops shall be limited 15 to 12 kips, and all girders shall be picked up at a minimum angle of 60 degrees from the 16 top of the girder. 17 18 The third sentence of the fourth paragraph is revised to read: 19 20 Alternatively, these temporary strands may be post- tensioned provided the strands are 21 stressed on the same day that the permanent prestress is released into the girder and 22 the strands are tensioned prior to lifting the girder. 23 24 The second to last sentence of the fourth paragraph is revised to read: 25 26 When the post- tensioned alternative is used, the Contractor shall be responsible for 27 properly sizing the anchorage plates, and configuring the reinforcement adjacent to the 28 anchorage plates, to prevent bursting or splitting of the concrete in the top flange. 29 30 The second to last pargraph is deleted. 31 32 This section is supplemented with the following new subsections: 33 34 6- 02.3(25)L1 Girder Lateral Stability and Stresses 35 The Contractor shall be responsible for safely lifting, storing, shipping and erecting 36 prestressed concrete girders. 37 38 The Contract documents may provide shipping and handling details for girders including 39 lifting embedment locations (L), shipping support locations (L1 and L2), minimum 40 shipping support rotational spring constants (Ke), minimum shipping support center -to- 41 center wheel spacings (Wm), vertical deflections and number of temporary top strands. 42 These shipping and handling details have been determined in accordance with Section 43 6- 02.3(25)L2. 44 45 The Contractor shall submit a Type 2E Working Drawing analyzing girder lateral stability 46 and concrete stresses during lifting, storage, shipping and erection in accordance with 47 Section 6- 02.3(25)L2 in the following cases: 48 49 1. Any of the analysis assumptions listed in Section 6- 02.3(25)L2 are invalid. 50 Determination of validity shall be made by the Contractor, except that analysis 51 assumptions shall be considered invalid if the actual values are outside of the 52 provided tolerances. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 2. The Contractor intends to alter the shipping and handling details provided in 3 the Contract documents. 4 5 3. The Contract documents do not provide shipping and handling details. 6 7 6- 02.3(25)L2 Lateral Stability and Stress Analysis 8 Analysis for girder lateral stability and concrete stresses during lifting, storage, shipping 9 and erection shall be in accordance with the PCI Recommended Practice for Lateral 10 Stability of Precast, Prestressed Concrete Bridge Girders, First Edition, Publication CB- 11 02 -16 -E and the AASHTO LRFD Bridge Design Specifications edition identified in the 12 Contract documents. The following design criteria shall be met: 13 14 1. Factor of Safety against cracking shall be at least 1.0 15 16 2. Factor of Safety against failure shall be at least 1.5 17 18 3. Factor of Safety against rollover shall be at least 1.5 19 20 4. Allowable concrete stresses shall be as specified in Section 6- 02.3(25)L3 21 22 The analysis shall address any effects on girder vertical deflection (camber), "A" 23 dimensions at centerline of bearings and deck screed cambers (C). 24 25 Shipping and handling details provided in the Contract documents have been 26 determined using the following analysis assumptions: 27 28 1. Girder dimensions, strand locations and lifting embedment locations are within 29 the tolerances specified in Section 6- 02.3(25)1 30 31 2. Girder horizontal alignment (sweep) is within the tolerance specified in Section 32 6- 02.3(25)J 33 34 3. Girder vertical deflection (camber) at midspan is less than or equal to the value 35 shown in the Plans for shipping 36 37 4. Minimum concrete compressive strength at release (f',;) has been reached 38 before initial lifting from casting bed. Minimum concrete compressive strength 39 at 28 days (f'c) has been reached before shipping. 40 41 5. Height of girder bottom above roadway at shipping supports is less than or 42 equal to 72 inches 43 44 6. Height of shipping support roll center above roadway is 24 inches, ± 2 inches 45 46 7. Shipping support longitudinal placement (Li and L2) tolerance is ± 6 inches 47 48 8. Shipping support lateral placement tolerance is ±1 inches 49 50 9. Shipping supports provide the minimum shipping support rotational spring 51 constant (Ke) and minimum shipping support center -to- center wheel spacings 52 (Wcc) shown in the Plans AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 10. For shipping at highway speeds a ± 20% dynamic load allowance (impact) is included with a typical roadway superelevation of 2% 11. For turning at slow speeds, no dynamic load allowance (impact) is included with a maximum roadway superelevation of 6% 12. Wind, centrifugal and seismic forces are not considered 6- 02.3(25)L3 Allowable Stresses Prestressed concrete girder stresses shall be limited to the following values at all stages of construction and in service: Condition Stress Location Allowable Stress (ksi) Temporary Stress at Transfer and Lifting from Casting Bed Tensile In areas without bonded reinforcement sufficient to resist the tensile force in the concrete 0.0948.1 fci < 0.2 In areas with bonded reinforcement sufficient to resist the tensile force in the concrete 0 24.1 f�i -V I Compressive All locations 0.65fci Temporary Stress at Shipping and Erection Tensile In areas without bonded reinforcement sufficient to resist the tensile force in the concrete 0.0948.1 Z <_ 0.2 In areas with bonded reinforcement sufficient to resist the tensile force in the concrete , 0.19.1 f� In areas with bonded reinforcement sufficient to resist the tensile force in the concrete when shipping at 6% superelevation, without impact 0.24.1 0 Compressive All locations 0.65 fc ' Final Stresses at Service Load Tensile Precompressed tensile zone 0.0 Compressive Effective prestress and permanent loads 0.45f Effective prestress, permanent loads and transient (live) loads 0.60f," Final Stresses at Fatigue Load Compressive Fatigue I Load Combination plus one- half effective prestress and permanent loads 0.40f,' AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 Variables are as defined in the AASHTO LRFD Bridge Design Specifications. 1 2 6- 02.3(25)M Shipping 3 The last four paragraphs are deleted and replaced with the following: 4 5 Girder lateral stability and stresses during shipping shall be in accordance with Section 6 6- 02.3(25)L1. 7 8 If the Contractor elects to assemble spliced prestressed concrete girders into shipping 9 configurations not shown in the Contract documents, the Contractor shall submit a Type 10 2E Working Drawing analyzing girder lateral stability and concrete stresses in 11 accordance with Section 6- 02.3(25)L2 before shipping. 12 13 6- 02.3(25)N Prestressed Concrete Girder Erection 14 The second sentence of the first paragraph is revised to read: 15 16 The erection plan shall conform to Section 6- 02.3(25)L1. 17 18 The last paragraph is revised to read: 19 20 Stop plates and dowel bars for prestressed concrete girders shall be set with either 21 epoxy grout conforming to Section 9 -26.3 or type IV epoxy bonding agent conforming to 22 Section 9 -26.1. 23 24 6- 02.3(25)0 Girder to Girder Connections 25 The second paragraph is revised to read: 26 27 Prestressed concrete girders shall be constructed in the following sequence: 28 29 1. If required, deflections shall be equalized in accordance with the Contractor's 30 equalization plan. 31 32 2. Any intermediate diaphragms shall be placed and any weld ties shall be 33 welded in accordance with Section 6- 03.3(25). Welding ground shall be 34 attached directly to the steel plates being welded when welding the weld -ties. 35 36 3. Any keyways between adjacent girders shown in the Plans to receive grout 37 shall be filled flush with the surrounding surfaces using a grout conforming to 38 Section 9- 20.3(2). 39 40 4. Equalization equipment shall not be removed and other construction 41 equipment shall not be placed on the structure until intermediate diaphragms 42 and keyway grout have attained a minimum compressive strength of 2,500 psi. 43 44 6- 02.3(26)D2 Test Block Dimensions 45 The first sentence is revised to read: 46 47 The dimensions of the test block perpendicular to the tendon in each direction shall be 48 the smaller of twice the minimum edge distance or the minimum spacing specified by 49 the special anchorage device manufacturer, with the stipulation that the concrete cover 50 over any confining reinforcing steel or supplementary skin reinforcement shall be 51 appropriate for the project- specific application and circumstances. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 6- 02.3(26)E2 Ducts for External Exposed Installation 3 In the first paragraph, "ASTM D3350" is revised to read "ASTM D3035 ". 4 5 In the fourth paragraph, "ASTM D3505" is revised to read "ASTM D3035 ". 6 7 6- 02.3(26)G Tensioning 8 Item number 1 of the second paragraph is revised to read: 9 10 1. All concrete has reached a compressive strength of at least 4,000 psi or the 11 strength specified in the Plans. When tensioning takes place prior to 28 -day 12 compressive strength testing on concrete sampled in accordance with Section 6- 13 02.3(25)H, compressive strength shall be verified on field cured cylinders in 14 accordance with the FOP for AASHTO T23. 15 16 6- 02.3(27)A Use of Self- Consolidating Concrete for Precast Units 17 Item number 2 of the first paragraph is revised to read: 18 19 2. Precast reinforced concrete three -sided structures, box culverts and split box 20 culverts in accordance with Section 7- 02.3(6). 21 22 6- 03.AP6 23 Section 6 -03, Steel Structures 24 January 3, 2017 25 6- 03.3(33) Bolted Connections 26 In this section, "AASHTO M253" is revised to read "ASTM F3125 Grade A490 ", "ASTM 27 F1852" is revised to read "ASTM F3125 Grade F1852 ", and "ASTM A325" is revised to read 28 "ASTM F3125 Grade A325 ". 29 30 In the headings of Table 3, "A 325" is revised to read "ASTM F3125 Grade A325 ". 31 32 In the headings of Table 3, "M 253" is revised to read "ASTM F3125 Grade A490 ". 33 34 6- 05.AP6 35 Section 6 -05, Piling 36 August 1, 2016 37 In this section, the words "capacity" and "capacities" are replaced with "resistance" and 38 "resistances ", respectively. 39 40 6- 05.3(1) Piling Terms 41 The third paragraph is revised to read: 42 43 Overdriving — Over - driving of piles occurs when the ultimate bearing resistance 44 calculated from the equation in Section 6- 05.3(12), or the wave equation driving criteria 45 if applicable, exceeds the ultimate bearing resistance required in the Contract in order to 46 reach the minimum tip elevation specified in the Contract, or as required by the 47 Engineer. 48 49 The first sentence of the last paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 Minimum Tip Elevation — The minimum tip elevation is the elevation to which the pile 3 tip shall be driven. 4 5 6- 05.3(3)A Casting and Stressing 6 The last sentence of the third paragraph is revised to read: 7 8 If the corrective action is not acceptable to the Engineer, the piling(s) will be subject to 9 rejection by the Engineer. 10 11 6- 05.3(5) Manufacture of Steel Piles 12 This section is supplemented with the following new paragraph: 13 14 At least 14 -days prior to the start of production of the piling, the Contractor shall advise 15 the Engineer of the production schedule. The Contractor shall give the Inspector safe 16 and free access to the Work. If the Inspector observes any nonspecification Work or 17 unacceptable quality control practices, the Inspector will advise the plant manager. If the 18 corrective action is not acceptable to the Engineer, the piling(s) will be subject to 19 rejection by the Engineer. 20 21 6- 05.3(9)A Pile Driving Equipment Approval 22 The first sentence of the second paragraph is revised to read: 23 24 The Contractor shall submit Type 2E Working Drawings consisting of a wave equation 25 analysis for all pile driving systems used to drive piling with required maximum driving 26 resistances of greater than 300 tons. 27 28 6- 07.AP6 29 Section 6 -07, Painting 30 April 3, 2017 31 6- 07.3(10)A Containment 32 The first sentence of the fourth paragraph is replaced with the following two new sentences: 33 34 The containment system shall ensure no discharge into waters of the state. When there 35 is no threat of discharging to the waters of the state, emissions shall not exceed the 36 Level 2 Emissions standard in SSPC Technology Guide No. 6, Section 5.5, and 37 assessed by Method A, Visible Emissions. 38 39 6- 07.3(10)F Collecting, Testing, and Disposal of Containment Waste 40 The third, fourth and fifth paragraphs are deleted and replaced with the following two new 41 paragraphs: 42 43 Containment waste is defined as all paint chips and debris removed from the steel 44 surface and all abrasive blast media, as contained by the containment system. After all 45 waste from the containment system has been collected, the Contractor shall collect 46 representative samples of the components that field screening indicates are lead - 47 contaminated material. The Contractor shall collect at least one representative sample 48 from each container. The Contractor may choose to collect a composite sample of each 49 container, but the composite sample must consist of several collection points (a 50 minimum of 3 random samples) that are representative of the entire contents of the 51 container and representative of the characteristics of the type of waste in the container. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 In accordance with WAC 173 - 303 -040, a representative sample means "a sample 2 which can be expected to exhibit the average properties of the sample source." 3 4 The debris shall be tested for metals using the Toxicity Characteristics Leaching 5 Procedure (TCLP) and EPA Methods 1311 and 6010. At a minimum, the materials 6 should be analyzed for the Resource Conservation and Recovery Act (RCRA) 8 Metals 7 (arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver). Pursuant 8 to the Dangerous Waste (DW) Regulations Chapter 173 - 303- 90(8)(c) WAC, "Any waste 9 that contains contaminants which occur at concentrations at or above the DW threshold 10 must be designated as DW." All material within each individual container or 11 containment system that designates as DW shall be disposed of at a legally permitted 12 Subtitle C Hazardous Waste Landfill. All material within each individual container or 13 containment system that designate below the DW threshold, will be designated as 14 "Solid Waste" and shall be disposed of at a legally permitted Subtitle D Landfill. 15 Disposal shall be in accordance with WAC 173 -303 for waste designated "Dangerous 16 Waste" and pursuant to WAC 173 -350 for waste designated as "Solid Waste ". 17 18 6- 08.AP6 19 Section 6 -08, Waterproofing 20 January 3, 2017 21 This section and all subsections, including title, is revised to read: 22 23 6 -08 Bituminous Surfacing on Structure Decks 24 6 -08.1 Description 25 This Work consists of removing and placing Hot Mix Asphalt (HMA) or Bituminous 26 Surface Treatment (BST) directly on or over a Structure. This Work also includes 27 performing concrete bridge deck repair, applying waterproofing membrane, and 28 sealing paving joints. 29 30 6 -08.2 Materials 31 Materials shall meet the requirements of the following sections: 32 33 Bituminous Surface Treatment 5 -02.2 34 Hot Mix Asphalt 5 -04.2 35 Joint Sealants 9 -04.2 36 Closed Cell Foam Backer Rod 9- 04.2(3)A 37 Waterproofing Membrane (Deck Seal) 9 -11 38 Bridge Deck Repair Material 9 -20.5 39 40 6 -08.3 Construction Requirements 41 6- 08.3(1) Definitions 42 Adjusted Removal Depth — the Bituminous Pavement removal depth 43 specified by the Engineer to supersede the Design Removal Depth after 44 review of the Contractor survey of the existing Bituminous Pavement grade 45 profile. 46 47 Bituminous Pavement — the surfacing material containing an asphalt binder. 48 49 Design Removal Depth — the value shown in the "pavement schedule" or 50 elsewhere in the Plans to indicate the design thickness of Bituminous 51 Pavement to be removed. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 Final Grade Profile — the compacted finished grade surface of completed 3 Bituminous Pavement surfacing consisting of a vertical profile and 4 superelevation cross - slope, developed by the Engineer for Grade Controlled 5 Structure Decks based on the Contractor survey. 6 7 Grade Controlled — a Structure Deck requiring restriction of Bituminous 8 Pavement work, including restriction of pavement removal methods and 9 restriction of overlay pavement thicknesses. 10 11 Structure Deck — the bridge deck (concrete or timber), bridge approach slab, 12 top of concrete box culvert, or other concrete surfaces over or upon which 13 existing Bituminous Pavement is removed and new Bituminous Pavement is 14 applied. 15 16 6- 08.3(2) Contractor Survey for Grade Controlled Structure Decks 17 Prior to removing existing Bituminous Pavement from a Grade Controlled 18 Structure Deck, the Contractor shall complete a survey of the existing surface 19 for use in establishing the existing cross section and grade profile elevations. 20 When removal of Bituminous Pavement is to be achieved by rotary 21 milling /planing, the Contractor's survey shall also include the depths of the 22 existing surfacing at each survey point. 23 24 The Contractor is responsible for all calculations, surveying, installation of 25 control points, and measuring required for setting, maintaining and resetting 26 equipment and materials necessary for the construction of the overlay to the 27 Final Grade Profile. 28 29 6- 08.3(2)A Survey Requirements 30 The Contractor shall establish at least two primary survey control points 31 for controlling actual Bituminous Pavement removal depth and the Final 32 Grade Profile. Horizontal control shall be by station and offset which shall 33 be tied to either the Roadway centerline or the Structure centerline. 34 Vertical control may be an assumed datum established by the Contractor. 35 36 Primary control points shall be described by station or milepost and offset 37 on the baseline selected by the Contractor. The Contractor may expand 38 the survey control information to include secondary horizontal and vertical 39 control points as needed for the project. 40 41 Survey information collected shall include station or milepost, offset, and 42 elevation for each lane line and curb line. Survey information shall be 43 collected at even 20 foot station intervals, and along the centerline of each 44 bridge expansion joint. The survey shall extend 300' -0" beyond the bridge 45 back of pavement seat or end of Structure Deck. The survey information 46 shall include the top of Bituminous Pavement elevation and, when rotary 47 milling /planing equipment is used, the corresponding depth of Bituminous 48 Pavement to the Structure Deck. The Contractor shall ensure a surveying 49 accuracy to within ± 0.01 feet for vertical control and ± 0.2 feet for 50 horizontal control. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Voids in HMA created by the Contractor's Bituminous Pavement depth 2 measurements shall be filled by material conforming to Section 9 -20 or 3 another material acceptable to the Engineer. 4 5 6- 08.3(2)B Survey Submittal 6 The Contractor's survey records shall include descriptions of all survey 7 control points including station /milepost, offset, and elevations of all 8 secondary control points. The Contractor shall maintain survey records of 9 sufficient detail to allow the survey to be reproduced. The Contractor shall 10 submit a Type 2 Working Drawing consisting of the compiled survey 11 records and information. Survey data shall be submitted as an electronic 12 file in Microsoft Excel format. 13 14 6- 08.3(2)C Final Grade Profile and Adjusted Removal Depth 15 Based on the results of the survey, the Engineer may develop a Final 16 Grade Profile and Adjusted Removal Depth. If they are developed, the 17 Final Grade Profile and Adjusted Removal Depth will be provided to the 18 Contractor within three working days after receiving the Contractor's 19 survey information. When provided, the Adjusted Removal Depth 20 supersedes the Design Removal Depth to become the Bituminous 21 Pavement removal depth for that Structure Deck. 22 23 6- 08.3(3) General Bituminous Pavement Removal Requirements 24 The Contractor shall remove Bituminous Pavement and associated deck repair 25 material from Structure Decks to the horizontal limits shown in the Plans and to 26 either the specified or adjusted Bituminous Pavement removal depth as 27 applicable. 28 29 Removal of Bituminous Pavement within 12- inches of existing permanent 30 features that limit the reach of the machine or the edge of the following items 31 shall be by hand or by hand operated (nominal 30- pounds class) power tools: 32 existing bridge expansion joint headers; steel expansion joint assemblies; 33 concrete butt joints between back of pavement seats and bridge approach 34 slabs, bridge drain assemblies; thrie beam post steel anchorage assemblies 35 fastened to the side or top of the Structure Deck. 36 37 When removing Bituminous Pavement with a planer, Section 5- 04.3(14) shall 38 apply. If the planer contacts the Structure Deck in excess of the specified 39 planing depth tolerance, or contacts steel reinforcing bars at any time, the 40 Contractor shall immediately cease planing operations and notify the Engineer. 41 Planing operations shall not resume until completion of the appropriate 42 adjustments to the planing machine and receiving the Engineer's concurrence 43 to resume. 44 45 6- 08.3(4) Partial Depth Removal of Bituminous Pavement from Structure 46 Decks 47 The depth of surfacing removal, as measured to the bottom of the lowest 48 milling groove generated by the rotary milling /planing machine shall be +0.01, - 49 0.02 -feet of the specified or Adjusted Removal Depth as applicable. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 6- 08.3(5) Full Depth Removal of Bituminous Pavement from Structure 2 Decks 3 6- 08.3(5)A Method of Removal 4 The Contractor shall perform full depth removal by a method that does not 5 damage or remove the Structure Deck in excess of the specified 6 Bituminous Pavement removal tolerance. The Contractor shall submit a 7 Type 2 Working Drawing consisting of the proposed methods and 8 equipment to be used for full depth removal. 9 10 6- 08.3(5)B Planer Requirements for Full Depth Removal 11 The final planed surface shall have a finished surface with a tolerance of 12 +0.01, -0.02 feet within the planed surface profile, as measured from a 10- 13 foot straight edge. Multiple passes of planing to achieve smoothness will 14 not be allowed. 15 16 In addition to Section 6- 08.3(3), the planing equipment shall conform to 17 the following additional requirements: 18 19 1. The cutting tooth spacing on the rotary milling head shall be less 20 than or equal to 1/4 inch. 21 22 2. The rotary milling /planing machine shall have cutting teeth that 23 leave a uniform plane surface at all times. All teeth on the mill 24 head shall be kept at a maximum differential tolerance of 3/s -inch 25 between the shortest and longest tooth, as measured by a 26 straight edge placed the full width of the rotary milling head. 27 28 3. Cutting tips shall be replaced when 30 percent of the total length 29 of the cutting tip material remains. 30 31 Prior to each day's Bituminous Pavement removal operations, the 32 Contractor shall confirm to the satisfaction of the Engineer that the rotary 33 head cutting teeth are within the specified tolerances. 34 35 6- 08.3(5)C Structure Deck Cleanup after Bituminous Pavement 36 Removal 37 Waterproofing membrane that is loose or otherwise not firmly bonded to 38 the Structure Deck shall be removed as an incidental component of the 39 Work of surfacing removal. Existing waterproofing membrane bonded to 40 the Structure Deck need not be removed. 41 42 6- 08.3(6) Repair of Damage due to Bituminous Pavement Removal 43 Operations 44 All concrete bridge deck, pavement seat, and steel reinforcing bar damage due 45 to the Contractor's surfacing removal operations shall be repaired by the 46 Contractor in accordance with Section 1- 07.13, and as specified below. 47 48 Damaged concrete in excess of the specified Bituminous Pavement removal 49 tolerance shall be repaired in accordance with Section 6- 08.3(7), with the 50 bridge deck repair material placed to the level of the surrounding bridge deck 51 and parallel to the final grade paving profile. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Damaged steel reinforcing bar shall be repaired as follows: 2 3 1. Damage to steel reinforcing bar resulting in a section loss less than 4 20- percent of the bar with no damage to the surrounding concrete 5 shall be left in place and shall be repaired by removing the concrete 6 to a depth 3/4- inches around the top steel reinforcing bar and placing 7 bridge deck repair material accepted by the Engineer to the level of 8 the bridge deck and parallel to the final grade paving profile. 9 10 2. Damage to steel reinforcing bar resulting in a section loss of 20- 11 percent or more in one location, bars partially or completely removed 12 from the bridge deck, or where there is a lack of bond to the concrete, 13 shall be repaired by removing the adjacent concrete and splicing a 14 new bar of the same size. Concrete shall be removed to provide a 3/4- 15 inch minimum clearance around the bars. The splice bars shall 16 extend a minimum of 40 bar diameters beyond each end of the 17 damage. 18 19 6- 08.3(7) Concrete Deck Repair 20 This Work consists of repairing the concrete deck after Bituminous Pavement 21 has been removed. 22 23 6- 08.3(7)A Concrete Deck Preparation 24 The Contractor, with the Engineer, shall inspect the exposed concrete 25 deck to establish the extent of bridge deck repair in accordance with 26 Section 6- 09.3(6), except item 4 in Section 6- 09.3(6) does not apply. 27 Areas of Structure Deck left with existing well bonded waterproof 28 membrane after full depth Bituminous Pavement removal are exempt from 29 this inspection requirement. 30 31 All loose and unsound concrete within the repair area shall be removed 32 with jackhammers or chipping hammers no more forceful than the nominal 33 30 pounds class, or other mechanical means acceptable to the Engineer, 34 and operated at angles less than 45 degrees as measured from the 35 surface of the deck to the tool. If unsound concrete exists around the 36 existing steel reinforcing bars, or if the bond between concrete and steel 37 reinforcing bar is broken, the Contractor shall remove the concrete to 38 provide a 3/4 inch minimum clearance to the bar. The Contractor shall take 39 care to prevent damage to the existing steel reinforcing bars and concrete 40 to remain. 41 42 After removing sufficient concrete to establish the limits of the repair area, 43 the Contractor shall make 3/4 inch deep vertical saw cuts and maintain 44 square edges at the boundaries of the repair area. The exposed steel 45 reinforcing bars and concrete in the repair area shall be abrasive blasted 46 and blown clean just prior to placing the bridge deck repair material. 47 48 6- 08.3(7)B Ultra -Low Viscosity, Two -Part Liquid, Polyurethane- Hybrid 49 Polymer Concrete 50 The ultra -low viscosity, two -part liquid, polyurethane- hybrid polymer 51 concrete shall be mixed in accordance with the manufacturer's 52 recommendations. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 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 1/8 inch of a straight edge placed across the full width and breadth of the repair area. 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 1/8 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 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 surface imperfections greater than 1/4 inch in width shall be corrected prior 2 to application of the membrane. 3 4 6- 08.3(8)B Applying Primer 5 The primer shall be applied to the cleaned deck surfaces at the rate 6 according to the procedure recommended by the membrane 7 manufacturer. All surfaces to be covered by the membrane shall be 8 thoroughly and uniformly coated with primer. Structure Deck areas left 9 with existing well bonded waterproof membrane after bituminous surfacing 10 removal shall receive an application of primer in accordance with the 11 membrane manufacturer's recommendations. Precautionary measures 12 shall be taken to ensure that pools and thick layers of primer are not left 13 on the deck surface. The membrane shall not be applied until the primer 14 has cured or volatile material has substantially dissipated, in accordance 15 with the membrane manufacturer's recommendations. 16 17 The primer and waterproof membrane shall extend from the bridge deck 18 up onto the curb face and expansion joint header face the thickness of the 19 HMA overlay. The membrane shall adhere to the vertical surface. 20 21 6- 08.3(8)C Placing Waterproof Membrane 22 Membrane application shall begin at the low point on the deck, and 23 continue in a lapped shingle pattern. The overlap shall be a minimum of 24 six inches or greater if recommended by the membrane manufacturer. 25 Membrane seams shall be sealed as recommended by the membrane 26 manufacturer. Hand rollers or similar tools shall be used on the applied 27 membrane to assure firm and uniform contact with the primed Structure 28 surfaces. 29 30 The fabric shall be neatly cut and contoured at all expansion joints and 31 drains. The cuts at bridge drains shall be two right angle cuts made to the 32 inside diameter of the bridge deck drain outlet, after which the corners of 33 the waterproof membrane shall be turned down into the drains and laid in 34 a coating of primer. 35 36 6- 08.3(8)D Membrane Repair and Protection 37 The waterproof membrane will be visually inspected by the Engineer for 38 uniformity, tears, punctures, bonding, bubbles, wrinkles, voids and other 39 defects. All such deficiencies shall be repaired in accordance with the 40 membrane manufacturer's recommendations prior to placement of the 41 HMA overlay. 42 43 The membrane material shall be protected from damage due to the paving 44 operations in accordance with the membrane manufacturer's 45 recommendations. No traffic or equipment except that required for the 46 actual waterproofing and paving operations will be permitted to travel or 47 rest on the membrane until it is covered by the HMA overlay. The use of 48 windrows is not allowed for laydown of HMA on a membrane. 49 50 Where waterproofing membrane is placed in stages or applied at different 51 times, a strip of temporary paper shall be used to protect the membrane 52 overlap from the HMA hand removal methods. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 6- 08.3(9) Placing Bituminous Pavement on Structure Decks 3 HMA overlay shall be applied on Grade Controlled Structure Decks using 4 reference lines for vertical control in accordance with Section 5- 04.3(3)C. 5 6 The compacted elevation of the HMA overlay on Structure Decks shall be 7 within ± 0.02 feet of the specified overlay thickness or Final Grade Profile as 8 applicable. Deviations from the final grade paving profile in excess of the 9 specified tolerance and areas of non - conforming surface smoothness shall be 10 corrected in accordance with Section 5- 04.3(13). 11 12 Final grade Roadway transitions to a Structure Deck with Bituminous 13 Pavement shall not exceed a 0.20 percent change in grade in accordance with 14 the bridge deck transition for HMA overlay Standard Plan, unless shown 15 otherwise in the Plans. 16 17 Final grade compacted HMA elevations shall be higher than an adjacent 18 concrete edge by 1/4 inch ±' /8 inch at all expansion joint headers and concrete 19 butt joints as shown in the concrete to asphalt butt joint details of the bridge 20 paving joint seals Standard Plan. This also applies to steel edges within the 21 limits of the overlay such as bridge drain frames and steel joint riser bars at 22 bridge expansion joints. 23 24 6- 08.3(9)A Protection of Structure Attachments and Embedments 25 The Contractor is responsible for protecting all Structure attachments and 26 embedments from the application of BST and HMA. 27 28 Drainage inlets that are to remain open, and expansion joints, shall be 29 cleaned out immediately after paving is completed. Materials passing 30 through expansion joints shall be removed from the bridge within 10 31 working days. 32 33 All costs incurred by the Contractor in protective measures and clean up 34 shall be included in the unit Contract prices for the associated Bid items of 35 Work. 36 37 6- 08.3(10) HMA Compaction on Structure Decks 38 Compaction of HMA on Structure Decks shall be in accordance with Section 5- 39 04.3(10). 40 41 Work rejected in accordance with Section 5- 04.3(11) shall include the 42 materials, work, and incidentals to repair an existing waterproof membrane 43 damaged by the removal of the rejected work. 44 45 6- 08.3(11) Paved Panel Joint Seals and HMA Sawcut and Seal 46 Bridge paving joint seals shall be installed in accordance with Section 5- 47 04.3(12)B and the details shown in the Plans and Standard Plans. 48 49 When concrete joints are exposed after removal of Bituminous Pavement, the 50 joints shall be cleaned and sealed in accordance with Section 5- 01.3(8) and 51 the paved panel joint seal details of the bridge paving joint seals Standard 52 Plan, including placement of the closed cell backer rod at the base of the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 cleaned joint. If waterproofing membrane is required, the membrane shall be 2 slack or folded at the concrete joint to allow for Structure movements without 3 stress to the membrane. After placement of the HMA overlay, the second 4 phase of the paved panel joint seal shall be completed by sawing the HMA and 5 sealing the sawn joint in accordance with Section 5- 04.3(12)B2. 6 7 6 -08.4 Measurement 8 Removing existing Bituminous Pavement from Structure Decks will be measured by 9 the square yard of Structure Deck surface area with removed overlay. 10 11 Bridge deck repair will be measured by the square foot surface area of deck 12 concrete removed with the measurement taken at the plane of the top mat of steel 13 reinforcing bars. 14 15 Waterproof membrane will be measured by the square yard surface area of 16 Structure Deck and curb and header surface area covered by membrane. 17 18 6 -08.5 Payment 19 Payment will be made for each of the following Bid items when they are included in 20 the Proposal: 21 22 "Structure Surveying ", lump sum. 23 24 "Removing Existing Overlay From Bridge Deck ", per square yard. 25 The unit Contract price per square yard for "Removing Existing Overlay From 26 Bridge Deck ", shall be full pay for performing the Work as specified for full 27 removal of Bituminous Pavement on Structure Decks, including the removal of 28 existing waterproof membrane and disposing of materials. 29 30 "Bridge Deck Repair Br. No. ", per square foot. 31 The unit Contract price per square foot for "Bridge Deck Repair Br. No." 32 shall be full pay for performing the Work as specified, including removing and 33 disposing of the concrete within the repair area and furnishing, placing, 34 finishing, and curing the repair concrete. 35 36 "Waterproof Membrane Br. No. ", per square yard. 37 The unit Contract price per square yard for "Waterproof Membrane Br. No. " 38 shall be full pay for performing the Work as specified, including repairing any 39 damaged or defective waterproofing membrane and repair of damaged HMA 40 overlay. 41 42 6- 09.AP6 43 Section 6 -09, Modified Concrete Overlays 44 April 4, 2016 45 6- 09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified 46 Concrete Overlays 47 The first sentence of the first paragraph is revised to read the following two new sentences: 48 49 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 50 accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 has turned over the concrete for acceptance testing. Concrete samples for testing shall 2 be supplied to the Engineer in accordance with Section 6- 02.3(5)E. 3 4 The last paragraph is deleted. 5 6 6- 09.3(8)B Quality Assurance for Latex Modified Concrete Overlays 7 The first two paragraphs are deleted and replaced with the following: 8 9 The Engineer will perform slump, temperature, and entrained air tests for acceptance in 10 accordance with Section 6- 02.3(5)D and as specified in this Section after the Contractor 11 has turned over the concrete for acceptance testing. The Engineer will perform testing 12 as the concrete is being placed. Samples shall be taken on the first charge through 13 each mobile mixer and every other charge thereafter. The sample shall be taken after 14 the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be 15 supplied to the Engineer in accordance with Section 6- 02.3(5)E. 16 17 The second to last sentence of the last paragraph is revised to read: 18 19 Recommendations made by the technical representative on or off the jobsite shall be 20 adhered to by the Contractor. 21 22 6- 10.AP6 23 Section 6 -10, Concrete Barrier 24 August 1, 2016 25 6- 10.3(5) Temporary Concrete Barrier 26 This section title is revised to read: 27 28 Temporary Barrier 29 30 The first paragraph is revised to read: 31 32 For temporary barrier, the Contractor may use precast concrete barrier or temporary 33 steel barrier. Temporary concrete barrier shall comply with Standard Plan requirements 34 and cross - sectional dimensions, except that: (1) it may be made in other lengths than 35 those shown in the Standard Plan, and (2) it may have permanent lifting holes no larger 36 than 4 inches in diameter or lifting loops. Temporary steel barrier shall be certified that it 37 meets NCHRP 350 or MASH crash test requirements and shall be installed in 38 accordance with the manufacturer's recommendations. 39 40 6 -10.4 Measurement 41 The first sentence of the second paragraph is revised to read: 42 43 Temporary barrier will be measured by the linear foot along the completed line and 44 slope of the barrier, one time only for each setup of barrier protected area. 45 46 6 -10.5 Payment 47 The Bid item "Temporary Conc. Barrier ", per linear foot, and the paragraph following this Bid 48 item, is revised to read: 49 50 "Temporary Barrier ", per linear foot. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The unit Contract price per linear foot for "Temporary Barrier" shall be full pay for all 2 costs, including furnishing, installing, connecting, anchoring, maintaining, temporary 3 storage, and final removal of the temporary barrier. 4 5 6- 12.AP6 6 Section 6 -12, Noise Barrier Walls 7 January 3, 2017 8 6- 12.3(9) Access Doors and Concrete Landing Pads 9 The first sentence of the last paragraph is revised to read: 10 11 The Contractor shall construct concrete landing pads for each access door location as 12 shown in the Plans. 13 14 6 -12.5 Payment 15 In the paragraph following the bid item "Noise Barrier Wall Access Door ", per each, 16 "concrete landing pad" is revised to read "concrete landing pads ". 17 18 6- 14.AP6 19 Section 6 -14, Geosynthetic Retaining Walls 20 January 3, 2017 21 6- 14.3(2) Submittals 22 The first sentence of the first paragraph is revised to read: 23 24 The Contractor shall submit Type 2E Working Drawings consisting of detailed plans for 25 each wall. 26 27 6 -14.5 Payment 28 The bid item "Concrete Fascia Panel ", per square foot, and the paragraph following this bid 29 item are revised to read: 30 31 "Concrete Fascia Panel For Geosynthetic Wall ", per square foot. 32 33 All costs in connection with constructing the concrete fascia panels as specified shall be 34 included in the unit Contract price per square foot for "Concrete Fascia Panel For 35 Geosynthetic Wall ", including all steel reinforcing bars, premolded joint filler, 36 polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface 37 finish, and pigmented sealer (when specified), constructing and placing the concrete 38 footing, edge beam, anchor beam, anchor rod assembly, and backfill. 39 40 6- 19.AP6 41 Section 6 -19, Shafts 42 January 3, 2017 43 6 -19.3 Construction Requirements 44 This section is supplemented with the following new subsection: 45 46 6- 19.3(10) Engineer's Final Acceptance of Shafts 47 The Engineer will determine final acceptance of each shaft, based on the 48 nondestructive QA test results and analysis for the tested shafts, and will provide a AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 response to the Contractor within 3 working days after receiving the test results and 2 analysis submittal. 3 4 6- 19.3(1)B Nondestructive Testing of Shafts 5 This section's content is deleted and replaced with the following new subsections: 6 7 6- 19.3(1)B1 Nondestructive Quality Assurance (QA) Testing of Shafts 8 Unless otherwise specified in the Special Provisions, the Contractor shall perform 9 nondestructive QA testing of shafts, except for those constructed completely in the dry. 10 Either crosshole sonic log (CSL) testing in accordance with ASTM D 6760 or thermal 11 integrity profiling (TIP) testing in accordance with ASTM D 7949 shall be used. 12 13 6- 19.3(1)B2 Nondestructive Quality Verification (QV) Testing of Shafts 14 The Contracting Agency may perform QV nondestructive testing of shafts that have 15 been QA tested by the Contractor. The Contracting Agency may test up to ten percent 16 of the shafts. The Engineer will identify the shafts selected for QV testing and the 17 testing method the Contracting Agency will use. 18 19 The Contractor shall accommodate the Contracting Agency's nondestructive testing. 20 21 6- 19.3(2) Shaft Construction Submittal 22 This section is revised to read: 23 24 The shaft construction submittal shall be comprised of the following four components: 25 construction experience; shaft installation narrative; shaft slurry technical assistance; 26 and nondestructive QA testing personnel. The submittals shall be Type 2 Working 27 Drawings, except the shaft slurry technical assistance and nondestructive QA testing 28 personnel submittals shall be Type 1. 29 30 This section is supplemented with the following new subsection: 31 32 6- 19.3(2)D Nondestructive QA Testing Organization and Personnel 33 The Contractor shall submit the names of the testing organizations, and the names of 34 the personnel who will conduct nondestructive QA testing of shafts. The submittal shall 35 include documentation that the qualifications specified below are satisfied. For TIP 36 testing, the testing organization is the group that performs the data analysis and 37 produces the final report. The testing organizations and the testing personnel shall meet 38 the following minimum qualifications: 39 40 1. The testing organization shall have performed nondestructive tests on a 41 minimum of three deep foundation projects in the last two years. 42 43 2. Personnel conducting the tests for the testing organization shall have a 44 minimum of one year experience in nondestructive testing and interpretation. 45 46 3. The experience requirements for the organization and personnel shall be 47 consistent with the testing methods the Contractor has selected for 48 nondestructive testing of shafts. 49 50 4. Personnel preparing test reports shall be a Professional Engineers, licensed 51 under Title 18 RCW, State of Washington, and in accordance with WAC 196- 52 23 -020. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 6- 19.3(3) Shaft Excavation 3 The second paragraph is revised to read: 4 5 Shaft excavation shall not be started until the Contractor has received the Engineer's 6 acceptance for the reinforcing steel centralizers required when the casing is to be pulled 7 during concrete placement. 8 9 This section is supplemented with the following: 10 11 Except as otherwise noted, the Contractor shall not commence subsequent shaft 12 excavations until receiving the Engineer's acceptance of the first shaft, based on the 13 results and analysis of the nondestructive testing for the first shaft. The Contractor may 14 commence subsequent shaft excavations prior to receiving the Engineer's acceptance 15 of the first shaft, provided the following condition is satisfied: 16 17 The Engineer permits continuing with shaft construction based on the Engineer's 18 observations of the construction of the first shaft, including, but not limited to, 19 conformance to the shaft installation narrative in accordance with Section 6- 20 19.3(2)B, and the Engineer's review of Contractor's daily reports and Inspector's 21 daily logs concerning excavation, steel reinforcing bar placement, and concrete 22 placement. 23 24 6- 19.3(5)B Steel Reinforcing Bar Cage Centralizers 25 This section is supplemented with the following new sentence: 26 27 The Contractor shall furnish and install additional centralizers as required to maintain 28 the specified concrete cover throughout the length of the shaft. 29 30 6- 19.3(5)C Concrete Cover Over Steel Reinforcing Bars 31 32 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'/2 4, -2 4, -2 6, -3 33 34 The following new paragraph is inserted after the table: 35 36 The concrete cover tolerances specified above apply to the concrete cover specified in 37 the Plans, even if it exceeds the minimum concrete cover. 38 39 6- 19.3(6) Access Tubes for Crosshole Sonic Log (CSL) Testing 40 This section title is revised to read: 41 42 6- 19.3(6) Contractor Furnished Accessories for Nondestructive QA Testing 43 44 This section is supplemented with the following three new subsections: 45 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 6- 19.3(6)D Shafts Requiring Thermal Wire 2 The Contractor shall furnish and install thermal wire in all shafts receiving the thermal 3 wire method of TIP testing, except as otherwise noted in Section 6- 19.3(1)B1. 4 5 6- 19.3(6)E Thermal Wire and Thermal Access Points (TAPs) 6 The thermal wire and associated couplers shall be obtained from the source specified in 7 the Special Provisions. 8 9 The Contractor shall securely attach the thermal wire to the interior of the reinforcement 10 cage of the shaft in conformance with the supplier's instructions. At a minimum, one 11 thermal wire shall be furnished and installed for each foot of shaft diameter, rounded to 12 the nearest whole number, as shown in the Plans. The number of thermal wires for 13 shaft diameters specified as "X feet 6 inches" shall be rounded up to the next higher 14 whole number. The thermal wires shall be placed around the shaft, inside the spiral or 15 hoop reinforcement, and tied to the vertical reinforcement with plastic "zip" ties at a 16 maximum spacing of 2 -feet. Steel tie wire shall not be used. 17 18 The thermal wire shall be installed in straight alignment and taut, but with enough slack 19 to not be damaged during reinforcing cage lofting. The wires shall be as near to parallel 20 to the vertical axis of the reinforcement cage as possible. The thermal wire shall extend 21 from the bottom of the reinforcement cage to the top of the shaft, with 15 -feet of slack 22 wire provided above the top of shaft. Care shall be taken to prevent damaging the 23 thermal wires during reinforcement cage installation and concrete placement operations 24 in the shaft excavation. 25 26 After completing shaft reinforcement cage fabrication at the site and prior to installation 27 of the cage into the shaft excavation, the Contractor shall install and connect thermal 28 access points (TAPs) to the thermal wires. The TAPs shall record data for at least one 29 hour after the cage is placed in the excavation to measure the slurry temperature and 30 enable the steel and slurry temperatures to equilibrate prior to placing concrete in the 31 shaft. The TAPs shall record and store data every 15 minutes. The TAPs shall remain 32 active for a minimum of 36 hours. 33 34 Prior to beginning concrete placement the TAPs shall be checked to ensure they are 35 recording data and that the wires have not been damaged. If a TAP unit is not 36 functioning due to a damaged wire, the Contractor shall repair or replace the wire. If a 37 TAP unit fails or a wire breaks after concrete placement has started, the Contractor 38 shall not stop the concrete placement operation to repair the wire. 39 40 6- 19.3(6)F Use of Access Tubes for TIP Testing Under the Thermal Probe Method 41 The Contractor may use access tubes for TIP testing under the thermal probe method. 42 Access tubes shall be cared for in accordance with Section 6- 19.3(6)C. Prior to TIP 43 testing under the thermal probe method, the water in each tube shall be removed, 44 collected, and stored in an insulated container. The access tube shall be blown dry and 45 swabbed to remove residual water. After TIP testing, the collected and stored tube 46 water shall be introduced back into the access tube. New potable water may be used, 47 provided the water temperature is not more than 10 °F cooler than the average concrete 48 temperature measured by the probe. 49 50 6- 19.3(6)A Shafts Requiring CSL Access Tubes 51 This section, including title, is revised to read: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6- 19.3(6)A Shafts Requiring Access Tubes 2 The Contractor shall furnish and install access tubes in all shafts receiving CSL testing 3 or the thermal probe method of TIP testing, except as otherwise noted in Section 6- 4 19.3(1)B1. 5 6 6- 19.3(6)B Orientation and Assembly of the CSL Access Tubes 7 This section's title is revised to read: 8 9 6- 19.3(6)B Orientation and Assembly of the Access Tubes 10 11 6- 19.3(6)C Care for CSL Access Tubes from Erection through CSL Testing 12 This section's title is revised to read: 13 14 6- 19.3(6)C Care for Access Tubes from Erection Through Nondestructive QA 15 Testing 16 17 The second sentence is revised to read: 18 19 The Contractor shall keep all of a shaft's access tubes full of water through the 20 completion of nondestructive QA testing of that shaft. 21 22 6- 19.3(7)A Concrete Class for Shaft Concrete 23 This section is revised to read: 24 25 Shaft concrete shall be Class 5000P conforming to Section 6 -02. 26 27 6- 19.3(7)B Concrete Placement Requirements 28 The last sentence of the last paragraph is revised to read: 29 30 The Section 6- 02.3(6) restriction for 5 feet maximum free fall shall not apply to 31 placement of concrete into a shaft. 32 33 6- 19.3(7)1 Requirements for Placing Concrete Above the Top of Shaft 34 This section is revised to read: 35 36 Concrete shall not be placed above the top of shaft (for column splice zones, columns, 37 footings, or shaft caps) until the Contractor receives the Engineer's acceptance of 38 nondestructive QA testing, if performed at that shaft, and acceptance of the shaft. 39 40 6- 19.3(9) Nondestructive Testing of Shafts (Crosshole Sonic Log (CSL) 41 Testing) 42 This section, including title, is revised to read: 43 44 6- 19.3(9) Nondestructive QA Testing of Shafts 45 The Contractor shall provide nondestructive QA testing and analysis on all shafts with 46 access tubes or thermal wires and TAPs facilitating the testing (See Section 6- 47 19.3(1)B). The testing and analysis shall be performed by the testing organizations 48 identified by the Contractor's submittal in accordance with Section 6- 19.3(2)D. 49 50 The Engineer may direct that additional testing be performed at a shaft if anomalies or a 51 soft bottom are detected by the Contractor's testing. If additional testing at a shaft 52 confirms the presence of a defect(s) in the shaft, the testing costs and the delay costs AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 resulting from the additional testing shall be borne by the Contractor in accordance with 2 Section 1 -05.6. If the additional testing indicates that the shaft has no defect, the testing 3 costs and the delay costs resulting from the additional testing will be paid by the 4 Contracting Agency in accordance with Section 1 -05.6, and, if the shaft construction is 5 on the critical path of the Contractor's schedule, a time extension equal to the delay 6 created by the additional testing will be granted in accordance with Section 1 -08.8. 7 8 6- 19.3(9)A Schedule of CSL Testing 9 This section, including title, is revised to read: 10 11 6- 19.3(9)A TIP Testing Using Thermal Probes or CSL Testing 12 If selected as the nondestructive QA testing method by the Contractor, TIP testing using 13 thermal probes, or CSL testing shall be performed after the shaft concrete has cured at 14 least 96 hours. Additional curing time prior to testing may be required if the shaft 15 concrete contains admixtures, such as set retarding admixture or water - reducing 16 admixture, added in accordance with Section 6- 02.3(3). The additional curing time prior 17 to testing required under these circumstances shall not be grounds for additional 18 compensation or extension of time to the Contractor in accordance with Section 1 -08.8. 19 20 6- 19.3(9)B Inspection of CSL Access Tubes 21 This section's title is revised to read: 22 23 6- 19.3(9)B Inspection of Access Tubes 24 25 6- 19.3(9)C Engineer's Final Acceptance of Shafts 26 This section, including title, is revised to read: 27 28 6- 19.3(9)C TIP Testing With Thermal Wires and TAPs 29 If selected as the nondestructive QA testing method by the Contractor, TIP testing with 30 thermal wires and TAPs (See Section 6- 19.3(6)E) shall be performed. The TIP testing 31 shall commence at the beginning of the concrete placement operation, recording 32 temperature readings at 15- minute intervals until the peak temperature is captured in 33 the data. Additional curing time may be required if the shaft concrete contains 34 admixtures, such as set retarding admixture or water - reducing admixture, added in 35 accordance with Section 6- 02.3(3). The additional curing time required under these 36 circumstances shall not be grounds for additional compensation or extension of time to 37 the Contractor in accordance with Section 1 -08.8. 38 39 TIP testing shall be conducted at all shafts in which thermal wires and TAPs have been 40 installed for thermal wire analysis (Section 6- 19.3(6)A). 41 42 6- 19.3(9)D Requirements to Continue Shaft Excavation Prior to Acceptance of 43 First Shaft 44 This section, including title, is revised to read: 45 46 6- 19.3(9)D Nondestructive QA Testing Results Submittal 47 The Contractor shall submit the results and analysis of the nondestructive QA testing for 48 each shaft tested. The Contractor shall submit the test results within three working days 49 of testing. Results shall be a Type 1 Working Drawing presented in a written report. 50 51 TIP reports shall include: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1. A map or plot of the wire /tube location within the shaft and their position 2 relative to a known and identifiable location, such as North. 3 4 2. Graphical displays of temperature measurements versus depth of each wire or 5 tube for the analysis time selected, overall average temperature with depth, 6 shaft radius or diameter with depth, concrete cover versus cage position with 7 depth, and effective radius. 8 9 3. The report shall identify unusual temperatures, particularly significantly cooler 10 local deviations from the overall average. 11 12 4. The report shall identify the location and extent where satisfactory or 13 questionable concrete is identified. 14 15 a. Satisfactory (S) - 0 to 6% Effective Radius Reduction and Cover Criteria 16 Met 17 18 b. Questionable (Q) - Effective Local Radius Reduction > 6 %, Effective Local 19 Average Diameter Reduction > 4 %, or Cover Criteria Not Met 20 21 5. Variations in temperature between wire /tubes (at each depth) which in turn 22 correspond to variations in cage alignment. 23 24 6. Where shaft specific construction information is available (e.g. elevations of 25 the top of shaft, bottom of casing, bottom of shaft, etc.), these values shall be 26 noted on all pertinent graphical displays. 27 28 CSL reports shall include: 29 30 1. A map or plot of the tube location within the shaft and their position relative to 31 a known and identifiable location, such as North. 32 33 2. Graphical displays of CSL Energy versus Depth and CSL signal arrival time 34 versus depth or velocity versus depth. 35 36 3. The report shall identify the location and extent where good, questionable, and 37 poor concrete is identified, where no signal was received, or where water is 38 present. 39 40 a. Good (G) - No signal distortion and decrease in signal velocity of 10% or 41 less is indicative of good quality concrete. 42 43 b. Questionable (Q) - Minor signal distortion and a lower signal amplitude 44 with a decrease in signal velocity between 10% and 20 %. 45 46 c. Poor (P) - Severe signal distortion and much lower signal amplitude with a 47 decrease in signal velocity of 20% or more. 48 49 d. No Signal (NS) - No signal was received. 50 51 e. Water (W) - A measured signal velocity of nominally V = 4,800 to 5,000 52 fps. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 All QA test reports will provide a recommendation to accept the shaft as -is, 3 recommendation for further review by the Engineer, or will provide a plan for further 4 testing, investigation or repair to address any deficiencies identified by the testing. 5 6 6- 19.3(9)E Additional CSL Testing 7 This section, including title, is revised to read: 8 9 6- 19.3(9)E Vacant 10 11 6- 19.3(9)1 Requirements for CSL Access Tubes and Cored Holes After CSL 12 Testing 13 This section's title is revised to read: 14 15 6- 19.3(9)1 Requirements for Access Tubes and Cored Holes After CSL Testing 16 17 6 -19.4 Measurement 18 This section is revised to read: 19 20 Constructing shafts will be measured by the linear foot. The linear foot measurement 21 will be calculated using the top of shaft elevation and the bottom of shaft elevation for 22 each shaft as shown in the Plans. 23 24 Rock excavation for shaft, including haul, will be measured by the linear foot of shaft 25 excavated. The linear feet measurement will be computed using the top of the rock line, 26 defined as the highest bedrock point within the shaft diameter, and the bottom elevation 27 shown in the Plans. 28 29 QA shaft test will be measured once per shaft tested. 30 31 6 -19.5 Payment 32 This section is revised to read: 33 34 Payment will be made for the following Bid items when they are included in the 35 Proposal: 36 37 "Constructing Diam. Shaft ", per linear foot. 38 The unit Contract price per linear foot for "Constructing Diam. Shaft" shall be full 39 pay for performing the Work as specified, including: 40 41 1. Soil excavation for shaft, including all costs in connection with furnishing, 42 mixing, placing, maintaining, containing, collecting, and disposing of all 43 mineral, synthetic and water slurry, and disposing of groundwater 44 collected by the excavated shaft. 45 46 2. Furnishing and placing temporary shaft casing, including temporary casing 47 in addition to the required casing specified in the Special Provisions, and 48 including all costs in connection with completely removing the casing after 49 completing shaft construction. 50 51 3. Furnishing permanent casing for shaft. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Placing permanent casing for shaft. 2 3 5. Casing shoring, including all costs in connection with furnishing and 4 installing casing shoring above the specified upper limit for casing shoring 5 but necessary to provide for sufficient water head pressure to resist 6 artesian water pressure present in the shaft excavation, removing casing 7 shoring, and placing seals when required. 8 9 6. Furnishing and placing steel reinforcing bar and epoxy- coated steel 10 reinforcing bar, including furnishing and installing steel reinforcing bar 11 centralizers. 12 13 7. Installation of CSL tubes or thermal wires. 14 15 8. Furnishing, placing and curing concrete to the top of shaft or to the 16 construction joint at the base of the shaft - column splice zone as 17 applicable. 18 19 Payment for "Constructing Diam. Shaft" will be made upon Engineer acceptance 20 of the shaft, including completion of satisfactory QA shaft tests as applicable. 21 22 "Rock Excavation For Shaft Including Haul ", per linear foot. 23 When rock excavation is encountered, payment for rock excavation is in addition to 24 the unit Contract price per linear foot for "Constructing Diam. Shaft" 25 26 "Shoring Or Extra Excavation Cl. A - ", lump sum. 27 The lump sum Contract price for "Shoring Or Extra Excavation Cl. A - " shall be 28 full pay for performing the Work as specified, including all costs in connection with 29 all excavation outside the limits specified for soil and rock excavation for shaft 30 including haul, all temporary telescoping casings, and all temporary casings beyond 31 the limits of required temporary casing specified in the Special Provisions. 32 33 "QA Shaft Test ", per each. 34 The unit Contract price per each for "QA Shaft Test" shall be full pay for performing 35 the Work as specified, including operating all associated accessories necessary to 36 record and process data and develop the summary QA test reports. Section 1 -04.6 37 does not apply to this bid item. 38 39 "Removing Shaft Obstructions ", estimated. 40 Payment for removing, breaking -up, or pushing aside shaft obstructions, as defined 41 in Section 6- 19.3(3)E, will be made for the changes in shaft construction methods 42 necessary to deal with the obstruction. The Contractor and the Engineer shall 43 evaluate the effort made and reach agreement on the equipment and employees 44 utilized, and the number of hours involved for each. Once these cost items and 45 their duration have been agreed upon, the payment amount will be determined 46 using the rate and markup methods specified in Section 1 -09.6. For the purpose of 47 providing a common proposal for all Bidders, the Contracting Agency has entered 48 an amount for the item "Removing Shaft Obstructions" in the Bid Proposal to 49 become a part of the total Bid by the Contractor. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 If drilled shaft tools, cutting teeth, casing or Kelly bar is damaged as a result of the 2 obstruction removal work, the Contractor will be compensated for the costs to 3 repair this equipment in accordance with Section 1 -09.6. 4 5 If shaft construction equipment is idled as a result of the Work required to deal with 6 the obstruction and cannot be reasonably reassigned within the project, then 7 standby payment for the idled equipment will be added to the payment calculations. 8 If labor is idled as a result of the Work required to deal with the obstruction and 9 cannot be reasonably reassigned within the project, then all labor costs resulting 10 from Contractor labor agreements and established Contractor policies will be added 11 to the payment calculations. 12 13 The Contractor shall perform the amount of obstruction Work estimated by the 14 Contracting Agency within the original time of the Contract. The Engineer will 15 consider a time adjustment and additional compensation for costs related to the 16 extended duration of the shaft construction operations, provided: 17 18 1. The dollar amount estimated by the Contracting Agency has been 19 exceeded, and 20 21 2. The Contractor shows that the obstruction removal Work represents a 22 delay to the completion of the project based on the current progress 23 schedule provided in accordance with Section 1 -08.3. 24 25 26 7- 02.AP7 27 Section 7 -02, Culverts 28 January 3, 2017 29 7 -02.2 Materials 30 The following three new items are inserted after the item "Aggregate for Portland Cement 31 Concrete: 32 33 Gravel Backfill for Pipe Zone Bedding 9- 03.12(3) 34 Butyl Rubber Sealant 9 -04.11 35 External Sealing Band 9 -04.12 36 37 The last paragraph is deleted. 38 39 7- 02.3(6) Precast Reinf. Conc. Three Sided Structures, Box Culverts and Split 40 Box Culverts 41 This section is supplemented with the following new paragraph: 42 43 When the Plans include a complete set of design details for a Structure (defining panel 44 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, 45 and connection details), the design and load rating preparation and calculation submittal 46 requirements of Sections 7- 02.3(6)A1 and 7- 02.3(6)A2 do not apply for the components 47 shown in the Plans, but all other requirements of this Section remain in effect. The 48 Contractor may propose alternate concrete culvert designs, accommodating the same 49 rise, span, and length as shown in the Plans, to replace the Structure details shown in 50 the Plans. If an alternate concrete culvert design is proposed, all of the requirements of AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 this Section, including design and load rating preparation and calculation submittal, 2 apply. 3 4 7- 02.3(6)A General 5 This section is supplemented with the following two new paragraphs: 6 7 Tolerances for PRCTSS shall be as follows: 8 9 1. Internal Dimensions — The internal dimension shall not vary more than 1 10 percent or 2 inches, whichever is less, from the Plan dimensions. The haunch 11 dimensions shall not vary more than 3/4 inch from the Plan dimensions. 12 13 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than 14 that shown in the Plans by more than 5 percent or 1/2 inch, whichever is 15 greater. A thickness more than that required in the Plans will not be a cause 16 for rejection if proper joining is not affected. 17 18 3. Length of Opposite Surfaces — Variations in lengths of two opposite surfaces 19 of the three -sided section shall not be more than 3/4 inch unless beveled 20 sections are being used to accommodate a curve in the alignment. 21 22 4. Reinforcing steel placement shall meet the tolerances specified in Section 6- 23 02.3(24)C. 24 25 Tolerances for PRCBC and PRCSBC shall be as follows: 26 27 1. Internal Dimensions — The internal dimensions shall not vary more than 1 28 percent from the Plan dimensions. If haunches are used, the haunch 29 dimensions shall not vary more than 1/4 inch from the Plan dimensions. 30 31 2. Slab and Wall Thickness — The slab and wall thickness shall not be less than 32 that shown in the Plans by more than 5 percent or 3/6 inch, whichever is 33 greater. A thickness more than that required in the Plans will not be a cause 34 for rejection. 35 36 3. Length of Opposite Box Segments — Variations in lengths of two opposite 37 surfaces of the box segments shall not be more than 1/8 inch per foot of internal 38 span, with a maximum of % inch for all sizes through 7 feet internal span, and 39 a maximum of 3/4 inch for internal spans greater than 7 feet, except where 40 beveled sections are being used to accommodate a curve in the alignment. 41 42 4. Length of Box Segments — The underrun in length of a segment shall not be 43 more than 1/8 inch per foot of length with a maximum of inch in any box 44 segment. 45 46 5. Length of Legs and Slabs — The variation in length of the legs shall not be 47 more than 1/2 inch per foot of the rise of the leg per leg with a maximum of 5/8 48 inches. The differential length between opposing legs of the same segment 49 shall not be more than 1/2 inch. Length of independent top slab spans shall not 50 vary by more than 1/8 inch per foot of span of the top slab, with a maximum of 51 % inches. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 6. Reinforcing steel placement shall meet the tolerances specified in Section 6- 2 02.3(24)C. 3 4 This section is supplemented with the following new subsection: 5 6 7- 02.3(6)A5 Wingwalls and Retaining Walls 7 Wingwalls and retaining walls (including cutoff walls and headwalls) shall be 8 constructed in accordance with the Contractor's design and Working Drawing submittal 9 or when the Plans include a complete set of design details for a wall (defining panel 10 shapes and dimensions, concrete strength requirements, and steel reinforcing bar, joint, 11 and connection details),the details shown in the Plans. 12 13 Precast concrete construction shall conform to Sections 6- 02.3(28) and 6- 11.3(3). 14 15 Culvert bedding material shall be furnished, placed, and compacted in accordance with 16 Section 7- 02.3(6)A4. 17 18 7- 02.3(6)A1 Design Criteria 19 The first sentence of the last paragraph is revised to read: 20 21 Whenever the minimum finished backfill or surfacing depth above the top of the 22 Structure is less than 1' -0" (except when the top of the Structure is directly exposed to 23 vehicular traffic), either all steel reinforcing bars in the span unit shall be epoxy- coated 24 with 2" minimum concrete cover from the face of concrete to the face of the top mat of 25 steel reinforcing bars, or the minimum concrete cover shall be 21/2'. 26 27 The last sentence of the last paragraph is revised to read: 28 29 Concrete cover from the face of any concrete surface to the face of any steel 30 reinforcement shall be 1 -inch minimum end clearance at all joints, and 2- inches 31 minimum at all other locations. 32 33 7- 02.3(6)A2 Submittals 34 The first paragraph is revised to read: 35 36 The Contractor shall submit shop drawings of the precast Structures. Fabrication shop 37 drawings replicating complete design details when shown in the Plans shall be Type 2 38 Working Drawings. Submittals completing the design based on the schematic 39 geometric requirements shown in the Plans, or proposing a Contractor designed 40 alternative concrete culvert Structure shall be Type 2E Working Drawings with 41 supporting design calculations. 42 43 The last paragraph is revised to read: 44 45 For precast Structures with a span length greater than 20 -feet (as defined in Section 7- 46 02.3(6)A1), except when the depth of fill above the top of culvert exceeds the Structure 47 span length, a Type 2E Working Drawing shall be submitted consisting of a load rating 48 report prepared in accordance with the AASHTO Manual for Bridge Evaluation and 49 WSDOT Bridge Design Manual LRFD M 23 -50 Chapter 13. Soil pressures used shall 50 include effects from the backfill material and compaction methods, and shall be in 51 accordance with the WSDOT Geotechnical Design Manual M 46 -03 and the 52 geotechnical report prepared for the project. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 7- 02.3(6)A3 Casting 3 This section is revised to read: 4 5 Concrete shall conform to Section 6- 02.3(28)B, with a 28 -day compressive strength as 6 specified in the Plans or the Working Drawings submittal. 7 8 7- 02.3(6)A4 Excavation and Bedding Preparation 9 The last paragraph is revised to read: 10 11 The upper layer of bedding course shall be a 6 -inch minimum thickness layer of culvert 12 bedding material, defined as granular material either conforming to Section 9- 03.12(3) 13 or to AASHTO Grading No. 57 as specified in Section 9- 03.1(4)C. The plan limits of the 14 culvert bedding material shall extend 1 -foot beyond the plan limits of the culvert or the 15 Structure footing as applicable. The culvert bedding material shall be compacted in 16 accordance with the Section 2- 09.3(1)E requirements for gravel backfill for drains. After 17 compaction, the culvert bedding material shall be screeded transversely to the specified 18 line and grade. Voids in the screeded culvert bedding material shall be filled and then 19 rescreeded prior to erecting the precast Structure. 20 21 7- 02.3(6)B3 Erection 22 The last paragraph is revised to read: 23 24 Adjacent precast sections shall be connected by welding the weld -tie anchors in 25 accordance with Section 6- 03.3(25). Welding ground shall be attached directly to the 26 steel plates being welded when welding the weld -ties. The weld -tie anchor spacing shall 27 not exceed 6' -0 ". After connecting the weld -tie anchors, the Contractor shall paint the 28 exposed metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. 29 Keyways shall be filled with grout conforming to Section 9- 20.3(2). 30 31 7- 02.3(6)C1 Casting 32 This section is revised to read: 33 34 PRCSBC shall consist of lid elements and "U" shaped base elements. The vertical legs 35 of the "U" shaped base elements shall be full height matching the rise of the culvert, 36 except as otherwise specified for culvert spans greater than 20 -feet. For PRCSBC 37 spans greater than 20 -feet (as defined in Section 7- 02.3(6)A1), the lid elements may 38 include vertical legs of a maximum length of 4 -feet. 39 40 All vertical and horizontal joints of PRCBC and PRCSBC elements shall be tongue and 41 groove type joints, except PRCBC and PRCSBC of 20 -foot span or less may have 42 keyway joints connected by weld -tie anchors in accordance with Section 6- 02.3(25)0. 43 The weld -tie anchor spacing shall not exceed 6' -0 ". There shall be at least two 44 galvanized steel tie plates across each top unit tongue and groove joint and each 45 tongue and groove joint between upper and lower units, unless otherwise shown in the 46 Plans or required by the seismic designed completed in accordance with Section 7- 47 02.3(6)A1. 48 49 7- 02.3(6)C3 Erection 50 This section is revised to read: 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 PRCBC and PRCSBC shall be erected and backfilled in accordance with the erection 2 sequence specified in the Working Drawing submittal, and the construction equipment 3 restrictions specified in Section 6- 02.3(25)0. 4 5 The Contractor shall install a continuous strip of butyl rubber sealant within all tongue 6 and groove joints prior to connecting the precast elements together. The butyl rubber 7 sealant shall have a minimum cross section of by 11/2-inch, unless otherwise 8 shown in the Plans. 9 10 After connecting the joints with weld -tie anchors, the Contractor shall paint the exposed 11 metal surfaces with one coat of field primer conforming to Section 9- 08.1(2)F. Keyways 12 shall be filled with grout conforming to Section 9- 20.3(2). 13 14 The Contractor shall wrap all exterior joints along the top and sides of the PRCBC and 15 PRCSBC with a 12 -inch wide strip of external sealing band centered about the joint and 16 adhesively bonded to the concrete surface. 17 18 Backfill beside the PRCBC and PRCSBC shall be brought up in sequential layers, 19 compacted concurrently. The difference in backfill height on opposing sides of the 20 Structure shall not exceed 2 -feet. 21 22 7 -02.4 Measurement 23 This section is supplemented with the following: 24 25 Culvert bedding material will be measured by the cubic yard of material placed. 26 27 7 -02.5 Payment 28 This section is supplemented with the following: 29 30 "Culvert Bedding Material ", per cubic yard. 31 32 7- 08.AP7 33 Section 7 -08, General Pipe Installation Requirements 34 January 3, 2017 35 7- 08.3(1)A Trenches 36 The second sentence of the last paragraph is revised to read: 37 38 The embankment material shall be compacted to 95 percent of maximum density and 39 the moisture content at the time of compaction shall be between optimum and 3 40 percentage points below optimum as determined by the Compaction Control Tests 41 specified in Section 2- 03.3(14)D. 42 43 7- 09.AP7 44 Section 7 -09, Water Mains 45 April 3, 2017 46 7- 09.3(24)D Dry Calcium Hypochlorite 47 The second paragraph is revised to read: 48 49 The number of grams of 70 percent test calcium hypochlorite required for a 20 -foot 50 length of pipe equals 0.238 x d2, in which "d" is the diameter in inches. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 8- 01.AP8 3 Section 8 -01, Erosion Control and Water Pollution Control 4 August 1, 2016 5 8 -01.2 Materials 6 This section is supplemented with the following new paragraph: 7 8 Recycled concrete, in any form, shall not be used for any Work defined in Section 8 -01. 9 10 8- 01.3(7) Stabilized Construction Entrance 11 The last sentence of the first paragraph is revised to read: 12 13 Material used for stabilized construction entrance shall be free of extraneous materials 14 that may cause or contribute to track out. 15 16 8- 01.3(8) Street Cleaning 17 This section is revised to read: 18 19 Self- propelled street sweepers shall be used to remove and collect sediment and other 20 debris from the Roadway, whenever required by the Engineer. The street sweeper shall 21 effectively collect these materials and prevent them from being washed or blown off the 22 Roadway or into waters of the State. Street sweepers shall not generate fugitive dust 23 and shall be designed and operated in compliance with applicable air quality standards. 24 25 Material collected by the street sweeper shall be disposed of in accordance with Section 26 2- 03.3(7)C. 27 28 Street washing with water will require the concurrence of the Engineer. 29 30 8- 09.AP8 31 Section 8 -09, Raised Pavement Markers 32 January 3, 2017 33 8 -09.5 Payment 34 In the last paragraph, "flaggers and spotters" is revised to read "flaggers ". 35 36 8- 10.AP8 37 Section 8 -10, Guide Posts 38 January 4, 2016 39 8 -10.3 Construction Requirements 40 The last sentence of the second paragraph is deleted. 41 42 8- 11.AP8 43 Section 8 -11, Guardrail 44 January 17, 2017 45 8- 11.3(1)C Terminal and Anchor Installation 46 This section is supplemented with the following new paragraph: 47 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 Beam Guardrail Non - flared Terminals for Type 1 guardrail shall meet the crash test and 2 evaluation criteria of NCHRP 350 or the Manual for Assessing Safety Hardware 3 (MASH). Beam Guardrail Non - flared Terminals for Type 31 guardrail shall meet the 4 crash test and evaluation criteria of MASH. 5 6 8- 11.3(1)F Removing and Resetting Beam Guardrail 7 The last sentence of the first paragraph is deleted. 8 9 8 -11.5 Payment 10 The paragraph following the Bid item "Removing and Resetting Beam Guardrail ", per linear 11 foot is revised to read: 12 13 The unit Contract price per linear foot for "Removing and Resetting Beam Guardrail" 14 shall be full payment for all costs to perform the Work as described in Section 8- 15 11.3(1)F, except for replacement posts and blocks. 16 17 The paragraph following the Bid item "Raising Existing Beam Guardrail ", per linear foot is 18 revised to read: 19 20 The unit Contract price per linear foot for "Raising Existing Beam Guardrail" shall be full 21 payment for all costs to perform the Work as described in Section 8- 11.3(1)E, except for 22 replacement posts and blocks. 23 24 8- 20.AP8 25 Section 8 -20, Illumination, Traffic Signal Systems, Intelligent Transportation 26 Systems, and Electrical 27 January 3, 2017 28 8- 20.1(1) Regulations and Code 29 The second paragraph is revised to read: 30 31 Wherever reference is made in these Specifications or in the Special Provisions to the 32 Code, the rules, or the standards mentioned above, the reference shall be construed to 33 mean the code, rule, or standard that is in effect on the Bid advertisement date. 34 35 8- 20.3(5)A General 36 The last paragraph is revised to read: 37 38 Immediately after the sizing mandrel has been pulled through, install an equipment 39 grounding conductor if applicable (see Section 8- 20.3(9)) and any new or existing wire 40 or cable as specified in the Plans. Where conduit is installed for future use, install a 41 200 -pound minimum tensile strength pull string with the equipment grounding 42 conductor. The pull string shall be attached to duct plugs or caps at both ends of the 43 conduit. 44 45 8- 20.3(5)A1 Fiber Optic Conduit 46 The last paragraph is deleted. 47 48 8- 20.3(5)B Conduit Type 49 The second and third paragraphs are deleted and replaced with the following new 50 paragraph: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 PVC and HDPE conduits shall be Schedule 80 unless installed as innerduct. 3 4 8- 2O.3(5)D Conduit Placement 5 Item number 2 is revised to read: 6 7 2. 24- inches below the top of the untreated surfacing on a Roadbed. 8 9 8- 20.3(9) Bonding, Grounding 10 The following two new paragraphs are inserted after the first paragraph: 11 12 Install an equipment grounding conductor in all new conduit, whether or not the 13 equipment grounding conductor is called for in the wire schedule. 14 15 For each new conduit with innerduct install an equipment grounding conductor in only 16 one of the innerducts unless otherwise required by the NEC or the Plans. 17 18 The fourth paragraph (after the preceding Amendments are applied) is revised to read: 19 20 Bonding jumpers and equipment grounding conductors meeting the requirements of 21 Section 9- 29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. 22 Where existing conduits are used for the installation of new circuits, an equipment 23 grounding conductor shall be installed unless an existing equipment ground conductor, 24 which is appropriate for the largest circuit, is already present in the existing raceway. 25 The equipment ground conductor between the isolation switch and the sign lighter 26 fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits 27 are enclosed in a common conduit, the equipment - grounding conductor shall be sized 28 by the largest overcurrent device serving any circuit contained within the conduit. 29 30 The second sentence of the fifth paragraph (after the preceding Amendments are applied) is 31 revised to read: 32 33 A non - insulated stranded copper conductor, minimum #8 AWG with a full circle crimp 34 on connector (crimped with a manufacturer recommended crimper) shall be connected 35 to the junction box frame or frame bonding stud, the other end shall be crimped to the 36 equipment bonding conductor, using a "C" type crimp connector. 37 38 The last two sentences of the sixth paragraph (after the preceding Amendments are applied) 39 are revised to read: 40 41 For Tight standards, signal standards, cantilever and sign bridge Structures the 42 supplemental grounding conductor shall be #4 AWG non - insulated stranded copper 43 conductor. For steel sign posts which support signs with sign lighting or flashing 44 beacons the supplemental grounding conductor shall be #6 AWG non insulated 45 stranded copper conductor. 46 47 The fourth to last paragraph is revised to read: 48 49 Install a two grounding electrode system at each service entrance point, at each 50 electrical service installation and at each separately derived power source. The service 51 entrance grounding electrode system shall conform to the "Service Ground" detail in the 52 Standard Plans. If soil conditions make vertical grounding electrode installation AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 impossible an alternate installation procedure as described in the NEC may be used. 2 Maintain a minimum of 6 feet of separation between any two grounding electrodes 3 within the grounding system. Grounding electrodes shall be bonded copper, ferrous 4 core materials and shall be solid rods not Tess than 10 feet in length if they are 1/2 inch in 5 diameter or not less than 8 feet in length if they are % inch or larger in diameter. 6 7 8- 20.3(13)A Light Standards 8 The first sentence in the second to last paragraph is revised to read: 9 10 All new and relocated metal light standards shall be numbered for identification using 11 painted 4 inch block gothic letters (similar to series C highway lettering) and numbers 12 installed 3 feet above the base facing the Traveled Way. 13 14 The numbered list in the second to last paragraph is deleted and replaced with the following: 15 16 NN 17 CC -SSSS 18 VVV 19 20 Where: 21 NN — Is the pole number as identified in the Plans. May be one or more characters. 22 CC — Is the circuit letter as identified in the Plans. May be one or more characters. 23 SSSS — Is he service cabinet number as identified in the Plans. Do not include the 24 two or three letter prefix. Up to four digits - do not include leading zeros. 25 VVV — Is the operating voltage of the luminaire. Always three digits. 26 27 8- 20.3(13)C Luminaires 28 The first paragraph is revised to read: 29 30 The Contractor shall mark the installation date on the inside of the luminaire ballast or 31 driver housing using a permanent marking pen. 32 33 8- 22.AP8 34 Section 8 -22, Pavement Marking 35 January 4, 2016 36 8 -22.4 Measurement 37 The first two sentences of the fourth paragraph are revised to read: 38 39 The measurement for "Painted Wide Lane Line ", "Plastic Wide Lane Line ", "Profiled 40 Plastic Wide Lane Line ", "Painted Barrier Center Line ", "Plastic Barrier Center Line ", 41 "Painted Stop Line ", "Plastic Stop Line ", "Painted Wide Dotted Entry Line ", or "Plastic 42 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or 43 profiled plastic line installed. No deduction will be made for the unmarked area when the 44 marking includes a broken line such as, wide broken lane line, drop lane line, wide 45 dotted lane line or wide dotted entry line. 46 47 8 -22.5 Payment 48 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch Marking ", 49 per linear foot: 50 51 "Painted Wide Dotted Entry Line ", per linear foot. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 "Plastic Wide Dotted Entry Line ", per linear foot. 3 4 9- 01.AP9 5 Section 9 -01, Portland Cement 6 January 3, 2017 7 This section's title is revised to read: 8 9 Cement 10 11 9 -01.1 Types of Cement 12 This section is revised to read: 13 14 Cement shall be classified as portland cement, blended hydraulic cement, or rapid 15 hardening hydraulic cement. 16 17 9- 01.2(2) Vacant 18 This section, including title, is revised to read: 19 20 9- 01.2(2) Rapid Hardening Hydraulic Cement 21 Rapid hardening hydraulic cement shall meet the requirements of ASTM C 1600. 22 23 9- 01.2(3) Low Alkali Cement 24 This section is renumbered as follows: 25 26 9- 01.2(1)A Low Alkali Cement 27 28 9- 01.2(4) Blended Hydraulic Cement 29 This section is renumbered as follows: 30 31 9- 01.2(1)B Blended Hydraulic Cement 32 33 In the first paragraph, the last two sentences of item number 3 are revised to read: 34 35 Separate testing of each source of fly ash at each proposed replacement level shall be 36 conducted in accordance with ASTM C1012 at the storage temperature prescribed in 37 Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or Tess. 38 39 In the first paragraph, the last two sentences of item number 4 are revised to read: 40 41 Separate testing of each source of slag at each proposed replacement level shall be 42 conducted in accordance with ASTM C1012 at the storage temperature prescribed in 43 Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 percent or less. 44 45 In the first paragraph, the last two sentences of item number 5 are revised to read: 46 47 Separate testing of each source of fly ash or slag at each proposed replacement level 48 shall be conducted in accordance with ASTM C1012 at the storage temperature 49 prescribed in Section 9.3 of the test procedure. Expansion at 180 days shall be 0.10 50 percent or less. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 9 -01.3 Tests and Acceptance 2 The second paragraph is revised to read: 3 4 Cement producers /suppliers that certify portland cement or blended hydraulic cement 5 shall participate in the Cement Acceptance Program as described in WSDOT Standard 6 Practice QC 1. Rapid hardening hydraulic cement producers /suppliers are not required 7 to participate in WSDOT Standard Practice QC 1. 8 9 9- 03.AP9 10 Section 9 -03, Aggregates 11 January 3, 2017 12 9- 03.1(1) General Requirements 13 In this section, each reference to "Section 9- 01.2(3)" is revised to read "Section 9- 01.2(1)A ". 14 15 This first paragraph is supplemented with the following: 16 17 Reclaimed aggregate may be used if it complies with the specifications for Portland 18 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from 19 plastic concrete by washing away the cementitious materials. 20 21 9- 03.1(2) Fine Aggregate for Portland Cement Concrete 22 This section is revised to read: 23 24 Fine aggregate shall consist of natural sand or manufactured sand, or combinations 25 thereof, accepted by the Engineer, having hard, strong, durable particles free from 26 adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. 27 28 9- 03.1(2)A Deleterious Substances 29 This section is revised to read: 30 31 The amount of deleterious substances in the washed aggregate shall be tested in 32 accordance with AASHTO M 6 and not exceed the following values: 33 34 Material finer than No. 200 Sieve 2.5 percent by weight 35 Clay lumps and friable particles 3.0 percent by weight 36 Coal and lignite 0.25 percent by weight 37 Particles of specific gravity less than 2.00 1.0 percent by weight. 38 39 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass 40 color standard procedure and results darker than organic plate no. 3 shall be 41 rejected. A darker color results from AASHTO T 21 may be used provided that 42 when tested for the effect of organic impurities on strength of mortar, the relative 43 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 44 percent. 45 46 9- 03.1(4) Coarse Aggregate for Portland Cement Concrete 47 This section is revised to read: 48 49 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or 50 combinations thereof having hard, strong, durable pieces free from adherent coatings. 51 Coarse aggregate shall be washed to meet the specifications. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9- 03.1(4)A Deleterious 3 This section, including title, is revised to read: 4 5 9- 03.1(4)A Deleterious Substances 6 The amount of deleterious substances in the washed aggregate shall be tested in 7 accordance with AASHTO M 80 and not exceed the following values: 8 9 Material finer than No. 200 1.01 percent by weight 10 Clay lumps and Friable Particles 2.0 percent by weight 11 Shale 2.0 percent by weight 12 Wood waste 0.05 percent by weight 13 Coal and Lignite 0.5 percent by weight 14 Sum of Clay Lumps, Friable Particles, and 15 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 16 17 11f the material finer than the No. 200 sieve is free of clay and shale, this 18 percentage may be increased to 1.5. 19 20 9- 03.1(4)C Grading 21 The following new sentence is inserted at the beginning of the last pargraph: 22 23 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least 24 two separate sizes. 25 26 9- 03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 27 This section is revised to read: 28 29 As an alternative to using the fine aggregate sieve grading requirements in Section 9- 30 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9- 03.1(4)C, a 31 combined aggregate gradation conforming to the requirements of Section 9- 03.1(5)A 32 may be used. 33 34 9- 03.1(5)A Deleterious Substances 35 This section is revised to read: 36 37 The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall 38 not exceed the values specified in Section 9- 03.1(4)A and for aggregates smaller than 39 3/8 inch they shall not exceed the values specified in Section 9- 03.1(2)A. 40 41 9- 03.1(5)B Grading 42 The first paragraph is deleted. 43 44 9- 03.8(2) HMA Test Requirements 45 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read 46 "Statistical ". 47 48 9- 03.8(7) HMA Tolerances and Adjustments 49 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. 50 51 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read 52 "Visual Evaluation ". AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 9- 03.11(1) Streambed Sediment 3 The following three new sentences are inserted after the first sentence of the first paragraph: 4 5 Alternate gradations may be used if proposed by the Contractor and accepted by the 6 Engineer. The Contractor shall submit a Type 2 Working Drawing consisting of 0.45 7 power maximum density curve of the proposed gradation. The alternate gradation shall 8 closely follow the maximum density line and have Nominal Aggregate Size of no Tess 9 than 11/2 inches or no greater than 3 inches. 10 11 9- 03.12(4) Gravel Backfill for Drains 12 The following new sentence is inserted at the beginning of the second paragraph: 13 14 As an alternative, AASHTO grading No. 57 may be used in accordance with Section 9- 15 03.1(4)C. 16 17 9- 03.12(5) Gravel Backfill for Drywells 18 The following new sentence is inserted at the beginning of the second paragraph: 19 20 As an alternative, AASHTO grading No. 4 may be used in accordance with Section 9- 21 03.1(4)C. 22 23 9- 03.21(1)B Concrete Rubble 24 This section, including title, is revised to read: 25 26 9- 03.21(1)B Recycled Concrete Aggregate 27 Recycled concrete aggregates are coarse aggregates manufactured from hardened 28 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 29 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 30 shall meet all of the requirements for coarse aggregate contained in Section 9- 03.1(4) 31 or 9- 03.1(5). In addition to the requirements of Section 9- 03.1(4) or 9- 03.1(5), recycled 32 concrete shall: 33 34 1. Contain an aggregated weight of less than 1 percent of adherent fines, 35 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 36 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 37 deleterious substance(s) not otherwise noted; 38 2. Be free of harmful components such as chlorides and reactive materials unless 39 mitigation measures are taken to prevent recurrence in the new concrete; 40 3. Have an absorption of less than 10 percent when tested in accordance with 41 AASHTO T 85. 42 43 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 44 45 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 46 any water of the State. 47 48 9- 03.21(1)D Recycled Steel Furnace Slag 49 This section title is revised to read: 50 51 Steel Slag 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9- 03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 2 Material 3 4 In the Hot Mix Asphalt column, each value of "20" is revised to read "25 ". 5 6 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag ". 7 8 The following new row is inserted after the second row: 9 10 11 12 13 14 Coarse Aggregate for Commercial Concrete 9- 03.1(4) 0 100 0 0 9- 04.AP9 Section 9 -04, Joint and Crack Sealing Materials January 3, 2017 15 This section is supplemented with the following two new subsections: 16 17 9 -04.11 Butyl Rubber Sealant 18 Butyl rubber sealant shall conform to ASTM C 990. 19 20 9 -04.12 External Sealing Band 21 External sealing band shall by Type III B conforming to ASTM C 877. 22 23 9- 04.1(2) Premolded Joint Filler for Expansion Joints 24 This section is supplemented with the following: 25 26 27 28 29 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 1 Physical Property Requirement Test Method Water Absorption < 1.0% AASHTO T 42 Compression Recovery > 80% < 0.1 in. AASHTO T 42 AASHTO T 42 Extrusion 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 30 31 9- 04.2(1) Hot Poured Joint Sealants 32 This section's content is deleted and replaced with the following new subsections: 33 34 9- 04.2(1)A Hot Poured Sealant 35 Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in 36 accordance with ASTM D5329. 37 38 9- 04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 39 Hot poured sealant for cement concrete pavement shall meet the requirements of 40 ASTM D6690 Type IV, except for the following: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 1. The Cone Penetration at 25°C shall be 130 maximum. 3 4 2. The extension for the Bond, non - immersed, shall be 100 percent. 5 6 9- 04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 7 Hot poured sealant for bituminous pavement shall meet the requirements of ASTM 8 D6690 Type I or Type II. 9 10 9- 04.2(1)B Sand Slurry for Bituminous Pavement 11 Sand slurry is mixture consisting of the following components measured by total weight: 12 13 1. Twenty percent CSS -1 emulsified asphalt, 14 15 2. Two percent portland cement, and 16 17 3. Seventy -eight percent fine aggregate meeting the requirements of 9- 03.1(2)B 18 Class 2. Fine aggregate may be damp (no free water). 19 20 9- 04.2(2) Poured Rubber Joint Sealer 21 The last paragraph is deleted. 22 23 9- 04.4(1) Rubber Gaskets for Concrete Pipes and Precast Manholes 24 "AASHTO M 198" is revised to read "ASTM C 990 ". 25 26 9- 04.4(3) Gaskets for Aluminum or Steel Culvert or Storm Sewer Pipe 27 In the last sentence, "AASHTO M 198" is revised to read "ASTM C 990 ". 28 29 9- 06.AP9 30 Section 9 -06, Structural Steel and Related Materials 31 January 3, 2017 32 9- 06.5(3) High- Strength Bolts 33 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ", "ASTM A490" is 34 revised to read "ASTM F3125 Grade A490 ", and "ASTM F1852" is revised to read "ASTM 35 F3125 Grade F1852 ". 36 37 In the fifth paragraph, "ASTM -A325" is revised to read "ASTM F3125 ". 38 39 9 -06.12 Bronze Castings 40 In this section, "AASHTO M107" is revised to read "ASTM B22 ". 41 42 9 -06.16 Roadside Sign Structures 43 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 44 45 9- 07.AP9 46 Section 9 -07, Reinforcing Steel 47 August 1, 2016 48 9- 07.1(1)A Acceptance of Materials 49 The first sentence of the first paragraph is revised to read: AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 Reinforcing steel rebar manufacturers shall comply with the National Transportation 3 Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) 4 Manufacturers. 5 6 The first sentence of the second paragraph is revised to read: 7 8 Steel reinforcing bar manufacturers use either English or a Metric size designation while 9 stamping rebar. 10 11 9- 07.1(2) Bending 12 The first two sentences of the first paragraph are deleted and replaced with the following two 13 new sentences: 14 15 Steel reinforcing bars shall be cut and bent cold to the shapes shown on the Plans. 16 Fabrication tolerances shall be in accordance with ACI 315. 17 18 9- 10.AP9 19 Section 9 -10, Piling 20 August 1, 2016 21 9 -10.3 Cast -In -Place Concrete Piling 22 This section is revised to read: 23 24 Reinforcement for cast -in -place concrete piles shall conform to Section 9 -07.2. 25 26 9- 11.AP9 27 Section 9 -11, Waterproofing 28 January 3, 2017 29 This section (and all subsections), including title, is revised to read: 30 31 32 33 34 35 36 37 38 39 40 9 -11 Waterproof Membrane 9 -11.1 Asphalt for Waterproofing Waterproof membrane shall be a sheet membrane conforming to ASTM D 6153 Type III, 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 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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 9 -11.2 Primer for Waterproof Membrane 2 The primer for the waterproof membrane shall be appropriate for bonding the sheet 3 membrane to the bridge deck surface and shall be compatible with the membrane 4 in accordance with the waterproof membrane manufacturer's recommendations. 5 6 9- 16.AP9 7 Section 9 -16, Fence and Guardrail 8 January 17, 2017 9 9- 16.3(3) Galvanizing 10 The first three sentences are deleted and replaced with the following single sentence: 11 12 W -beam or thrie beam rail elements and terminal sections shall be galvanized in 13 accordance with AASHTO M 180, Class A, Type II. 14 15 9- 20.AP9 16 Section 9 -20, Concrete Patching Material, Grout, and Mortar 17 January 3, 2017 18 This section is supplemented with the following new subsection: 19 20 9 -20.5 Bridge Deck Repair Material 21 Bridge deck repair material shall be either an ultra -low viscosity, two -part liquid, 22 polyurethane- hybrid polymer concrete, or a pre - packaged cement based repair mortar, 23 conforming to the following requirements: 24 25 1. Minimum compressive strength of 2,500 psi, in accordance with ASTM C 109. 26 27 2. Total soluble chloride ion content by mass of product shall conform to the limits 28 specified in Section 6- 02.3(2) for reinforced concrete. 29 30 3. Permeability of less than 2,000 coulombs at 56 -days in accordance with 31 AASHTO T 277. 32 33 If pre - packaged deck repair material does not include coarse aggregate, the Contractor 34 shall extend the mix with coarse aggregate as recommended by the manufacturer. 35 36 9- 23.AP9 37 Section 9 -23, Concrete Curing Materials and Admixtures 38 January 3, 2017 39 9 -23.9 FIy Ash 40 The first paragraph is revised to read: 41 42 FIy ash shall conform to the requirements of AASHTO M295 Class C or F including 43 supplementary optional chemical requirements as set forth in Table 2. 44 45 The last sentence of the last paragraph is revised to read: 46 47 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to 48 fly ash used in Controlled Density Fill. 49 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9 -23.12 Metakaolin 2 This section, including title, is revised to read: 3 4 9 -23.12 Natural Pozzolan 5 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the 6 requirements of AASHTO M295 Class N, including supplementary optional chemical 7 requirements as set forth in Table 2. 8 9 9- 28.AP9 10 Section 9 -28, Signing Materials and Fabrication 11 April 3, 2017 12 9- 28.14(3) Aluminum Structures 13 This section is revised to read: 14 15 Welding of aluminum shall be in accordance with AWS D1.2 /D1.2M, latest edition, 16 Structural Welding Code — Aluminum. 17 18 Aluminum alloy filler metals utilized on anodized structures shall result in color matching 19 to base metals. 20 21 9- 29.AP9 22 Section 9 -29, Illumination, Signal, Electrical 23 January 3, 2017 24 9 -29.2 Junction Boxes, Cable Vaults, and Pull Boxes 25 This section is supplemented with the following new subsections: 26 27 9- 29.2(5) Testing Requirements 28 The Contractor shall provide for testing of junction boxes, cable vaults and pull boxes. 29 Junction boxes, cable vaults and pull boxes shall be tested by an independent materials 30 testing facility, and a test report issued documenting the results of the tests performed. 31 32 For each junction box, vault and pull box type, the independent testing laboratory shall 33 meet the requirements of AASHTO R 18 for Qualified Tester and Verified Test 34 Equipment. The test shall be conducted in the presence of a Professional Engineer, 35 licensed under Title 18 RCW, State of Washington, in the branch of Civil or Structural, 36 and each test sheet shall have the Professional Engineer's original signature, date of 37 signature, original seal, and registration number. One copy of the test report shall be 38 furnished to the Contracting Agency certifying that the box and cover meet or exceed 39 the loading requirements for that box type, and shall include the following information: 40 41 1. Product identification. 42 43 2. Date of testing. 44 45 3. Description of testing apparatus and procedure. 46 47 4. All Toad deflection and failure data. 48 49 5. Weight of box and cover tested. 50 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 6. Upon completion of the required test(s) the box shall be loaded to failure or to the maximum load 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 Toad 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 load 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 load 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: 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. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c. The security lid shall be cooled to and held at -30 °F for 15 minutes. 2 The locking mechanism shall then be cycled once to verify operation 3 at this temperature. 4 5 d. The security lid shall be heated to and held at 120 -122 °F for 15 6 minutes. The locking mechanism shall then be cycled once to verify 7 operation at this temperature. 8 9 e. The security lid shall be temperature adjusted to and held at 110 °F 10 and 95% humidity for 15 minutes. The locking mechanism shall then 11 be cycled once to verify operation at this temperature and humidity. 12 13 9- 29.2(5)C Standard Duty Non - Concrete Junction Boxes 14 Non - concrete Junction Boxes shall be tested as defined in the ANSI /SCTE 77 Tier 15 15 test method using the test load of 22,500 pounds (minimum) in place of the 16 design load during testing. In addition, the Contractor shall provide a Manufacturer 17 Certificate of Compliance for each non - concrete junction box installed. 18 19 9- 29.2(5)D Heavy -Duty Boxes and Vaults 20 Heavy -Duty Junction Boxes, Cable Vaults, and Pull Boxes shall be load tested to 21 46,000 pounds. The test load shall be applied vertically through a 10 by 20 by 1- 22 inch steel plate centered on the lid with an orientation both on the long axis and the 23 short axis of the junction box. The test load shall be applied and released ten times 24 on each axis. The deflection at the test Toad and released state shall be recorded 25 for each interval. At each interval the test box shall be inspected for lid deformation, 26 failure of the lid or frame welds, vertical and horizontal displacement of the lid 27 frame, cracks, and concrete spalling. After the twentieth loading interval the test 28 shall be terminated with a 60,000 pound load being applied vertically through the 29 steel plate centered on the lid and with the long edge of steel plate orientated 30 parallel to the long axis of the box. 31 32 Heavy -Duty Junction Boxes will be considered to have withstood the 46,000 pound 33 test if none of the following conditions are exhibited: 34 35 1. Permanent deformation of the lid or any impairment to the function of the 36 lid. 37 38 2. Vertical or horizontal displacement of the lid frame. 39 40 3. Cracks wider than 0.012 inches that extend 12 inches or more. 41 42 4. Fracture or cracks passing through the entire thickness of the concrete. 43 44 5. Spalling of the concrete. 45 46 Heavy -Duty Junction Boxes will be considered to have withstood the 60,000 pound 47 test if all of the following conditions are exhibited: 48 49 1. The lid is operational. 50 51 2. The lid is securely fastened. 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 3. The welds have not failed. 2 3 4. Permanent dishing or deformation of the lid is 1/4 inch or less. 4 5 5. No buckling or collapse of the box. 6 7 9- 29.2(1) Standard Duty and Heavy Duty Junction Boxes 8 This section, including title, is revised to read: 9 10 9- 29.2(1) Junction Boxes 11 For the purposes of this Specification concrete is defined as portland cement concrete 12 and non - concrete is all others. 13 14 The Contractor shall provide shop drawings for all components, hardware, lid, frame, 15 reinforcement, and box dimensions. The shop drawings shall be prepared by (or under 16 the supervision of) a Professional Engineer, licensed under Title 18 RCW, State of 17 Washington, in the branch of Civil or Structural. Each sheet shall carry the following: 18 19 1. Professional Engineer's original signature, date of signature, original seal, and 20 registration number. If a complete assembly drawing is included which 21 references additional drawing numbers, including revision numbers for those 22 drawings, then only the complete assembly drawing is required to be stamped. 23 24 2. The initials and dates of all participating design professionals. 25 26 3. Clear notation of all revisions including identification of who authorized the 27 revision, who made the revision, and the date of the revision. 28 29 Design calculations shall carry on the cover page, the Professional Engineer's original 30 signature, date of signature, original seal, and registration number. 31 32 For each type of junction box, or whenever there is a change to the junction box design, 33 a proof test, as defined in this Specification, shall be performed and new shop drawings 34 submitted. 35 36 9- 29.2(1)A Standard Duty Junction Boxes 37 This section is revised to read: 38 39 Standard Duty Junction Boxes are defined as Type 1, 2 and 8 junction boxes and shall 40 have a minimum load rating of 22,500 pounds and be tested in accordance with Section 41 9- 29.2(5). A complete Type 8 Junction Box includes the spread footing shown in the 42 Standard Plans. All Standard Duty Junction Boxes placed in sidewalks, walkways, and 43 shared use paths shall have slip resistant surfaces. Non -slip lids and frames shall be 44 hot dip galvanized in accordance with AASHTO M111. 45 46 9- 29.2(1)A1 Concrete Junction Boxes 47 The Standard Duty Concrete Junction Box steel frame, lid support, and lid shall be 48 painted with a black paint containing rust inhibiters or painted with a shop applied, 49 inorganic zinc primer in accordance with Section 6 -07.3, or hot -dip galvanized in 50 accordance with AASHTO M 111. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 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 III 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 (or higher) Handle & Handle support ASTM A36 steel, or ASTM A1011 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. 19 Type 1, 2, and 8 non - concrete junction boxes shall have a Design Load of 22,500 20 pounds and shall be tested in accordance with Section 9- 29.2(5). Non - concrete 21 junction boxes shall be gray in color and have an open bottom design with 22 approximately the same inside dimensions, and present a Toad to the bearing 23 surface that is less than or equal to the loading presented by the concrete junction 24 boxes shown in the Standard Plans. Non - concrete junction box lids shall include a 25 pull slot and embedded 6 by 6 by 1/4 -inch steel plate, and shall be secured with two 26 1 inch stainless steel Penta -head bolts recessed into the cover. The tapped holes 27 for the securing bolts shall extend completely through the box to prevent 28 accumulation of debris. Bolts shall conform to ASTM F593, stainless steel. 29 30 9- 29.2(1)B Heavy -Duty Junction Boxes 31 The first paragraph is revised to read: 32 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 Heavy -Duty Junction Boxes are defined as Type 4, 5, and 6 junction boxes and shall be 2 concrete and have a minimum vertical load rating of 46,000 pounds without permanent 3 deformation and 60,000 pounds without failure when tested in accordance with Section 4 9- 29.2(5). 5 6 9- 29.2(1)C Testing Requirements 7 This section is deleted in its entirety. 8 9 9- 29.2(2) Small Cable Vaults, Standard Duty Cable Vaults, Standard Duty Pull 10 Boxes, and Heavy Duty Pull Boxes 11 This section, including title, is revised to read: 12 13 9- 29.2(2) Cable Vaults and Pull Boxes 14 Cable Vaults and Pull Boxes shall be constructed as a concrete box and as a concrete 15 lid. The lids for Cable Vaults and Pull Boxes shall be interchangeable and both shall fit 16 the same box as shown in the Standard Plans. 17 18 The Contractor shall provide shop drawings for all components, including concrete box, 19 Cast Iron Ring, Ductile Iron Lid, Steel Rings, and Lid. In addition, the shop drawings 20 shall show placement of reinforcing steel, knock outs, and any other appurtenances. 21 The shop drawing shall be prepared by or under the direct supervision of a Professional 22 Engineer, licensed under Title 18 RCW, State of Washington, in the branch of Civil or 23 Structural. Each sheet shall carry the following: 24 25 1. Professional Engineer's original signature, date of signature, original seal, and 26 registration number. If a complete assembly drawing is included which 27 references additional drawing numbers, including revision numbers for those 28 drawings, then only the complete assembly drawing is required to be stamped. 29 30 2. The initials and dates of all participating design professionals. 31 32 3. Clear notation of all revisions including identification of who authorized the 33 revision, who made the revision, and the date of the revision. 34 35 Design calculations shall carry on the cover page, the Professional Engineer's original 36 signature, date of signature, original seal, and registration number. 37 38 For each type of box or whenever there is a change to the Cable Vault or Pull box 39 design, a proof test, as defined in this Specification, shall be performed and new shop 40 drawings submitted. 41 42 9- 29.2(2)A Small Cable Vaults, Standard Duty Cable Vaults, and Standard Duty 43 Pull Boxes 44 This section's title is revised to read: 45 46 9- 29.2(2)A Standard Duty Cable Vaults and Pull Boxes 47 48 The first paragraph is revised to read: 49 50 Standard Duty Cable Vaults and Pull Boxes shall be concrete and have a minimum load 51 rating of 22,500 pounds and be tested in accordance with Section 9- 29.2(5). For the AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 purposes of this Section, Small Cable Vaults are considered a type of Standard Duty 2 Cable Vault. 3 4 The first sentence of the second paragraph is revised to read: 5 6 Concrete for Standard Duty Cable Vaults and Pull Boxes shall have a minimum 7 compressive strength of 4,000 psi. 8 9 The first sentence of the third paragraph is revised to read: 10 11 All Standard Duty Cable Vaults and Pull Boxes placed in sidewalks, walkways, and 12 shared -use paths shall have slip- resistant surfaces. 13 14 The fourth paragraph (up until the colon) is revised to read: 15 16 Materials for Standard Duty Cable Vaults and Pull Boxes shall conform to the following: 17 18 9- 29.2(2)B Heavy -Duty Cable Vaults and Pull Boxes 19 The first paragraph is revised to read: 20 21 Heavy -Duty Cable Vaults and Pull Boxes shall be constructed of concrete having a 22 minimum compressive strength of 4,000 psi, and have a minimum vertical load rating of 23 46,000 pounds without permanent deformation and 60,000 pounds without failure when 24 tested in accordance with Section 9- 29.2(5). 25 26 9- 29.2(3) Structure Mounted Junction Boxes 27 The first and second paragraphs are revised to read: 28 29 Surface mounted junction boxes and concrete embedded junction boxes installed in 30 cast -in -place structures shall be stainless steel NEMA 4X. 31 32 Concrete embedded junction boxes installed in structures constructed by slip forming 33 shall be stainless steel NEMA 3R and shall be adjustable for depth, with depth 34 adjustment bolts, which are accessible from the front face of the junction box with the lid 35 installed. 36 37 9- 29.3(1) Fiber Optic Cable 38 This section is revised to read: 39 40 All fiber optic cables shall be single mode fiber optic cables unless otherwise specified 41 in the Contract. All fiber optic cables shall meet the following requirements: 42 43 1. Compliance with the current version of ANSI /ICEA S -87 -640. A product data 44 specification sheet clearly identifying compliance or a separate letter from 45 manufacturer to state compliance shall be provided. 46 47 2. Cables shall be gel free, loose tube, low water peak, and all dielectric with no 48 metallic component. 49 50 3. Cables shall not be armored unless specified in the Contract. 51 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 4. Cables shall be approved for mid -span entries and be rated by the 2 manufacturer for outside plant (OSP) use, placement in underground ducts, 3 and aerial installations. 4 5 5. Fiber counts shall be as specified in the Contract. 6 7 6. Fibers and buffer tubes shall be color coded in accordance with the current 8 version of EIA/TIA -598. 9 10 7. Fibers shall not have any factory splices. 11 12 8. Outer Jacket shall be Type M (Medium Density Polyethylene). Outer jacket 13 shall be free from holes, splits, blisters, or other imperfections and must be 14 smooth and concentric as is consistent with the best commercial practice. 15 16 9. A minimum of one (1) rip cord is required for each cable. 17 18 10. Cable markings shall meet the following additional requirements: 19 20 a. Color shall be white or silver. 21 22 b. Markings shall be approximately 3 millimeters (118 mils) in height, and 23 dimensioned and spaced to produce good legibility. 24 25 c. Markings shall include the manufacturer's name, year of manufacture, the 26 number of fibers, the words "OPTICAL CABLE ", and sequential length 27 marks. 28 29 d. Sequential length markings shall be in meters or feet, spaced at intervals 30 not more than 1 meter or 2 feet apart, respectively. 31 32 e. The actual cable length shall not be shorter than the cable length marking. 33 The actual cable length may be up to 1% longer than the cable length 34 marking. 35 36 f. Cables with initial markings that do not meet these requirements will not 37 be accepted and may not be re- marked. 38 39 11. Short term tensile strength shall be a minimum of 600 pounds (1 bs). Long 40 term tensile strength shall be a minimum of 180 pounds (1 bs). Tensile 41 strength shall be achieved using a fiberglass reinforced plastic (FRP) central 42 member and / or aramid yarns. 43 44 12. All cables shall be new and free of material or manufacturing defects and 45 dimensional non - uniformity that would: 46 47 a. Interfere with the cable installation using accepted cable installation 48 practices; 49 50 b. Degrade the transmission performance or environmental resistance after 51 installation; 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 c. Inhibit proper connection to interfacing elements; 2 3 d. Otherwise yield an inferior product. 4 5 13. The fiber optic cables shall be shipped on reels with a drum diameter at least 6 20 times the diameter of the cable, in order to prevent damage to the cable. 7 The reels shall be substantial and constructed so as to prevent damage during 8 shipment and handling. Reels shall be labeled with the same information 9 required for the cable markings, with the exception that the total length of cable 10 shall be marked instead of incremental length marks. Reels shall also be 11 labeled with the type of cable. 12 13 This section is supplemented with the following new subsection: 14 15 9- 29.3(1)B Multimode Optical Fibers 16 Where multimode fiber optic cables are specified in the Contract, the optical fibers shall 17 be one of the following types, as specified in the Contract: 18 19 a. Type OM1, meeting the requirements of EIA/TIA 492 - AAAA -A or ISO /IEC 20 11801. The fiber core diameter shall be 62.5 pm. 21 22 b. Type 0M2, meeting the requirements of EIA/TIA 492 - AAAB -A or ISO /IEC 23 11801. The fiber core diameter shall be 50 pm. 24 25 All multimode optical fibers shall have a maximum attenuation of 3.0 dB /km at 850nm 26 and 1.0 dB /km at 1300nm. Completed cable assemblies shall be rated for 1000BaseLX 27 Ethernet communications. 28 29 9- 29.3(1)A Singlemode Fiber Optic Cable 30 This section is revised to read: 31 32 Single -Mode optical fibers shall be EIA/TIA 492 -CAAB or ISO /IEC 11801 Type 0S2, low 33 water peak zero dispersion fibers, meeting the requirements of ITU -T G.652.D. 34 35 9 -29.6 Light and Signal Standards 36 The third paragraph is revised to read: 37 38 Light standard, signal standards, slip base hardware and foundation hardware shall be 39 hot dip galvanized in accordance with AASHTO M 111 and AASHTO M 232. Where 40 colored standards are required, standards shall be powder- coated after galvanizing in 41 accordance with Section 6- 07.3(11). The standard color shall be as specified in the 42 Contract. 43 44 9- 29.6(1) Steel Light and Signal Standards 45 In the first paragraph, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 46 47 9- 29.6(2) Slip Base Hardware 48 In this section, "ASTM A325" is revised to read "ASTM F3125 Grade A325 ". 49 50 9- 29.7(2) Fused Quick- Disconnect Kits 51 The table is supplemented with the following new row: 52 AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 LED* 10A 10A 20A 1 2 The following footnote is inserted after the table: 3 4 5 6 7 9 -29.10 Luminaires 8 The first sentence of the third paragraph is revised to read: 9 10 11 12 13 14 15 16 * Applies to all LED luminaires, regardless of wattage. Fuses for LED luminaires shall be slow blow. All luminaires shall be provided with markers for positive identification of light 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 Wattage Conventional Wattage Legend Equivalent LED Legend 70 7 7E 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 17 18 9 -29.25 Amplifier, Transformer, and Terminal Cabinets 19 Item 2C is revised to read: 20 21 c. Transformer up to 12.5 KVA 20" 48" 24" 22 Transformer 12.6 to 35 KVA 30" 60" 32" 23 24 The following new sentence is inserted before the last sentence of item number 10: 25 26 There shall be an isolation breaker on the input (line) side of the transformer, and a 27 breaker array on the output (load) side. 28 29 9- 35.AP9 30 Section 9 -35, Temporary Traffic Control Materials 31 August 1, 2016 32 9 -35.12 Transportable Attenuator 33 The second sentence of the first paragraph is revised to read: 34 35 The transportable attenuator shall be mounted on, or attached to, a host vehicle that 36 complies with the manufacturer's recommended weight range. AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS BOOK Revised: 4/3/17 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS SPECIAL PROVISIONS 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) (May 1, 2013 City of Federal Way 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 • National Electric Code, current edition • King County Road Standards — 2007 • City of Federal Way Public Works Development Standards Contractor shall obtain copies of these publications, at Contractor's own expense. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -1 SPECIAL PROVISIONS DIVISION 1: GENERAL REQUIREMENTS DESCRIPTION OF WORK (March 13, 1995 WSDOT GSP) This Contract provide for the improvement of Steel Lake to Downtown Trail and other work, all in accordance with the attached Contract Plans, these Contract Provisions, and the Standard Specifications. 1 -01 DEFINITIONS AND TERMS 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -2 SPECIAL PROVISIONS 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 ". 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -3 SPECIAL PROVISIONS I Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non - vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1 -02 BID PROCEDURES AND CONDITIONS 1 -02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1 -02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1 -02.2 Plans and Specifications (June 27, 2011 APWA GSP) Delete this section and replace it with the following: Information as to where Bid Documents can be obtained or reviewed can be found in the Call for Bids (Advertisement for Bids) for the work. After award of the contract, plans and specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11" x 17 ") 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail Page SP -4 BID DOCUMENT — April 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS 1 -02.4 Examination of Plans, Specifications, and Site of Work 1- 02.4(2) Subsurface Information (March 8, 2013 APWA GSP) The second sentence in the first paragraph is revised to read: The Summary of Geotechnical Conditions and the boring logs, if and when included as an appendix to the Special Provisions, shall be considered as part of the Contract. 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. 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). City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -5 SPECIAL PROVISIONS A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D /M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W /MBE requirements are to be satisfied through such an agreement. 1- 02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) Add the following new section: The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. 1 -02.7 Bid Deposit (March 8, 2013 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency- assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 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 Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -6 SPECIAL PROVISIONS 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 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -7 SPECIAL PROVISIONS 1 -02.12 Public Opening Of Proposal Section 1 -02.12 is supplemented with the following: Date of Opening Bids Sealed bids are to be received at the following location prior to the time specified: 1. In the City of Federal Way Purchasing Office, 33325 8th Avenue South, Federal Way, WA 98003, until 9:00 A.M. of the bid opening date. Bids delivered in person will be received only in the Bid Room on the bid opening date. 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; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1 -02.6; h. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1 -02.6; i. The Bidder fails to submit written confirmation from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidders DBE participation commitment, if applicable, as required in Section 1 -02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; j The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1 -02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award was made; k. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or I. More than one proposal is submitted for the same project from a Bidder under the same or different names. 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; City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -8 SPECIAL PROVISIONS c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1 -02.14 Disqualification of Bidders (March 8, 2013 APWA GSP, Option B) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or does not meet the following Supplemental Criteria: 1. Delinquent State Taxes A. Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http: / /dor.wa.gov/ content / fileandpaytaxes /latefiling /dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A. Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A. Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -9 SPECIAL PROVISIONS 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 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -10 SPECIAL PROVISIONS 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 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -11 SPECIAL PROVISIONS , The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting ' Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address the request to 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -12 1 SPECIAL PROVISIONS 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 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 m aterials 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -13 SPECIAL PROVISIONS 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 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -14 SPECIAL PROVISIONS 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 -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): 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 (WSDOT GSP) Section 1- 04.4(2) is added as follows: 1- 04.4(2) Unexpected Site Changes (New Section) Unanticipated site Work, as ordered by the Engineer, shall consist of Work not otherwise provided for in the Contract and paid in accordance with Section 1 -09.6. Such Work may include: 1. Design changes to address field conflicts or adjustments needed to complete the Work; 2. Miscellaneous Work, directed by the Contracting Agency, not covered in the Contract and not exceeding $15,000 per change; 3. Removal of unexpected Structures or obstructions. Measurement No specific unit of measurement will apply to the force account item "Unexpected Site Changes ". Payment "Unexpected Site Changes ", by force account as provided in Section 1 -09.6. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractor's total Bid. City of Federal Way Steel Lake Park to Downtown Trail Page SP -15 RFB 17 -002 BID DOCUMENT — April 2017 SPECIAL PROVISIONS 1 -04.6 Variation in Estimated Quantities (July 23, 2015 APWA GSP, Option B) Revise the first paragraph to read: Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. When the accepted quantity of Work performed under a unit item varies from the original Proposal quantity, payment will be at the unit Contract price for all Work unless the total accepted quantity of any Contract item, adjusted to exclude added or deleted amounts included in change orders accepted by both parties, increases or decreases by more than 25 percent from the original Proposal quantity, and if the total extended bid price for that item at time of award is equal to or greater than 10 percent of the total contract price at time of award. In that case, payment for contract work may be adjusted as described herein: 1 -05 CONTROL OF WORK 1 -05.4 Conformity With and Deviations from Plans and Stakes (April 4, 2011 WSDOT GSP) 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. 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -16 SPECIAL PROVISIONS 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. 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -17 SPECIAL PROVISIONS 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 The Contractor shall calculate coordinates for the points associated with piles, shafts, footings and columns. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. Contract work to be performed using contractor - provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Structure Surveying shall be measured and paid under the item "Construction Surveying" per 1 -05.4 herein. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -18 SPECIAL PROVISIONS (April 1, 2013 WSDOT GSP) 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: 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 Pls) 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -19 SPECIAL PROVISIONS 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. 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: Slope stakes Subgrade grade stakes set 0.04 feet below grade Vertical Horizontal ±0.10 feet ±0.10 feet ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -20 SPECIAL PROVISIONS Stationing on roadway N/A ±0.1 feet Alignment on roadway N/A ±0.04 feet Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) The Contracting Agency may spot -check the Contractor's surveying. These spot - checks will not change the requirements for normal checking by the Contractor. When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the 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. ( * * * * * *) Primary survey control data provided by the Contracting Agency is indicated on the Plans. All costs associated with Roadway Surveying shall be measured and paid under the item "Construction Surveying" per 1 -05.4 herein. 1 -05.4 Conformity With and Deviations from Plans and Stakes ( * * * * **) Section 1 -05.4 is supplemented with the following: Major items of work shall be defined to include the following items: Manholes Catch Basins and Inlets Valves Vertical and Horizontal Bends Junction Boxes Cleanouts Side Sewers Illumination Systems City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -21 SPECIAL PROVISIONS Hydrants Major Changes in Design Grade(s) Vaults Culverts Curb, Gutter and Sidewalk Signal Systems and Equipment Retaining Walls Curb lines and sidewalks Irrigation Sleeves under Roadways After the completion of the work covered by this contract, the Contractor's surveyor shall provide to the City the hard cover field book(s) containing the construction staking and as -built notes, and one set of white prints of the construction drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the construction drawings upon which he has plotted the as -built location of the new work as recorded in the field book(s). This drawing shall bear the surveyors seal and signature certifying its accuracy. The Contractor shall be responsible for reestablishing or locating legal survey markers such as GLO monuments or property corner monuments, conduct boundary surveys to determine Contracting Agency right -of -way locations, and obtain, review and analyze deeds and records as necessary to determine these boundaries. The Contracting Agency will provide "rights of entry" as needed by the Contractor to perform the work. The Contractor shall brush out or clear and stake or mark the right -of -way lines as designated by the Engineer. When required, the Contractor shall prepare and file a Record of Survey map in accordance with RCW 58.09 and provide a recorded copy to the Contracting Agency. The Contracting Agency will provide all existing base maps, existing horizontal and vertical control, and other material available with Washington State Plane Coordinate information to the Contractor. The Contracting Agency will also provide maps, plan sheets, and /or aerial photographs clearly identifying the limits of the areas to be surveyed. The Contractor shall establish Washington State Plane Coordinates on all points required in the Record of Survey and other points designated in the Contract documents. In accordance with RCW 58.24.040(8), No cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360)902 -1194. The permit application must be stamped by a registered Washington State land Surveyor. Existing right of way documentation, existing base maps, existing horizontal and vertical control descriptions, maps, plan sheets, aerial photographs and all other available material may be viewed by prospective bidders at the office of the Project Engineer. The Contractor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of these calculations to the Contracting Agency. Electronic files of all survey data shall be provided and in a format acceptable to the Contracting Agency. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -22 SPECIAL PROVISIONS All survey work performed by the Contractor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. The Contractor shall provide all traffic control, signing, and temporary traffic control devices in order to provide a safe work zone. As -Built Survey and Record Drawings After construction has been completed the Contractor shall perform an as -built survey and provide the information in (1) full -size paper copy and AutoCAD 2011 or later version file to the Engineer. This as -built survey shall consist of the following: Survey of rim elevation, sump elevations, and invert elevations of all storm drainage structures installed, modified or left in place within the limits of this contract. Storm pipe diameter and material; drainage structure type, size, lid type (solid cover or grate, standard or heavy duty), and lid shape; model No. of CB water quality treatment inserts installed, flowline of open channel conveyance systems at 50 -foot max. intervals, and retaining wall footing drains, including cleanouts. Finished grade shots on all utility appurtenances within the limits of this contract, including, but not limited to vaults, handholes, valves, fire hydrants, water meters, junction boxes, signal poles, etc. Appurtenances with round covers should have one survey shot in the center of the manhole or valve cover, or at the center of the fire hydrant. Utility handholes and boxes shall have two shots on opposite corners of the cover. ■ Final curb elevations, with a minimum of 5 shots at each curb return. Also, final shots along all curb and gutter, block curb, integral curb and extruded curb installed in this contract (at flowline of the curbs). • Final elevations at the front and back of walk throughout the project limits. • Final wall elevations at the face and top of all walls installed in this contract. • Shots of all signs, trees, illumination and signal equipment installed as part of this contract. • Shots to delineate all channelization installed in this contract. Throughout construction, the Contractor shall keep a set of redline drawings that record as -built information at the project site. This set of drawings shall be provided to the Engineer at the end of the project. This record drawing information shall, at a minimum, consist of the following: • All changes to the Contract Plans. ■ Pothole information gathered by the Contractor. • Actual location of utility trenches, including depth to top of conduits at a minimum of 100' spacing. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -23 SPECIAL PROVISIONS • Existing utility information not included in the Contract Plans, or that differs from the Contract Plans. Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Construction Surveying ", lump sum. The lump sum contract price for "Construction Surveying" shall be full pay for all labor equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, structure surveying, roadway surveying and coordination efforts. "As -Built Survey and Record Drawings ", lump sum. The lump sum contract price for "As -Built Survey and Record Drawings " shall be full pay for all labor, equipment, materials, and supervision utilized to perform the work specified, including any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -24 SPECIAL PROVISIONS No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1 -05.11 Final Inspection Delete this section and replace it with the following: 1 -05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1- 05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -25 SPECIAL PROVISIONS 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. 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. There fore 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 can not 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -26 SPECIAL PROVISIONS 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: 1. Puget Sound Energy — PSE will relocate pole(s) and associated aerial wire relocations where indicated on the Plans. 2. Comcast — Comcast will relocate vault(s) and associated conduit where indicated on the Plans as well as aerial wire relocations associated with PSE pole relocations as required. 3. CenturyLink — CenturyLink will relocate vault(s) and associated conduit where indicated on the Plans as well as perform aerial wire relocations associated with PSE pole relocations as required. 4. Lakehaven Water and Sewer District (LWSD) — LWSD will perform manhole adjustment and water meter relocations as indicated on the Plans. The Contractor shall provide a minimum of 3 weeks notification to LWSD and provide all required horizontal and vertical staking required for the relocations and adjustments. 1- 05.14(A) Notifications Relative to Contractor's Activities Section 1- 05.14(A) is a new section: ( * *,,,,,1 Notification shall be written, with a copy delivered to the Engineer within a minimum of ten (10) working days prior to the commencement of work, including any work impacting utilities, and must be in such detail as to give the time of the commencement and completion of work, names of streets to be closed, schedule of operations, routes of detours where possible. The Contractor shall also notify the agencies listed below of the name(s) of the construction superintendent in responsible charge or other individuals having full authority to execute the orders or direction of the Engineer, in the event of an emergency. Failure to comply with this requirement will result in a stop work order. City of Federal Way Police Police Department 33325 -8th Ave S Federal Way, WA 98003 Tel: (253) 835 -6701 (To schedule officer traffic control support); Tel: (253) 835 -6767 (For traffic /road closure issues) South King Fire & Rescue 31617 1st Ave. South Federal Way, WA 98003 Tel: (253) 946 -7253 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -27 SPECIAL PROVISIONS King County Metro 1270 Sixth Avenue South, Bldg. 2 MS:QS Seattle, WA 98134 Tel: (206) 684 -2732 Email: construction.coord @metrokc.gov Comcast 410 Valley Ave NW, Suite 12 -C Puyallup, WA 98371 Attn: Bill Walker CenturyLink 23315 66th Ave S Kent, WA 98032 Attn: Jason Tesdal Tel: (206) 345 -3488 Lakehaven Utility District 31623 First Ave South Federal Way, WA 98063 Attn: Wes Hill ZAYO Group Attn: Scott Morrison Email: scott.morrison @zayo.com Add the following new Sections: Federal Way School District 1066 South 320th St Federal Way, WA 98003 jboyerPfwps.org mturnerPfwps.orq Puget Sound Energy (Gas) 3130 S. 38th St. Tacoma, WA 98409 Attn: Chang Pak Tel: (253) 395 -6988 Puget Sound Energy (Power) 3130 S 38th St Tacom, WA 98409 Attn: Dennis Booth Tel: (425) 417 -9188 King County Traffic Operations 155 Monroe Ave NE Renton, WA 98056 Attn: Mark Parrett Tel: 206 - 296 -8153 1- 05.14(6) Coordination of Work with City ( * * * * **) At least a three (3) working days 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -28 SPECIAL PROVISIONS furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as e-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. 1 -05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. 1 -05.17 Contractor's Daily Diary Section 1 -05.17 is a new section: ( * * * * **) The Contractor and subcontractors, as additional consideration for payment for this contract work, hereby agree to maintain and provide to the Owner and the Engineer a Daily Diary Record of this Work. This diary will be created by pen and ink entries in a hardbound diary book of the type that is commonly available by the commercial outlets. The diary must be kept and maintained by the Contractor's designated project superintendent. Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: • The day and date. • The weather conditions, including changes throughout the day. • A complete description of work accomplished during the day with adequate references to the Plans and Specifications so that the reader can easily and accurately identify said work on the Plans. • An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contract, Owner, or any third party in any manner. • Listing of any materials received and stored on or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. • Listing of materials installed during each day. • List of all subcontractors working on -site during each day. • Listing of the number of Contractor's employees working during each day by category of employment. • Listing of Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. • Notations to explain inspections, testing, stake -out, and all other services furnished to the Contractor by the Owner or other during each day. • Entries to verify the daily (including non -work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. • Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of the Contractor's progress on each day. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -29 SPECIAL PROVISIONS • Summary of total number of working days to date, and total number of delay days to date. All pages of the diary must be numbered consecutively with no omissions in page numbers. The Contractor shall utilize additional sheets separate from the diary book, if necessary, to provide a complete diary record. However, the Owner's senior representative must sign separate sheets on each day and a copy furnished at the time of signing to the Owner. The Contractor must provide a copy of the diary to the Owner and the Engineer each morning for the preceding workday. All copies must be legible. It is expressly agreed between the contractor and the owner that the daily diary maintained by the Contractor shall be the "Contractor's Book of Original Entry" for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The daily diary maintained by the Contractor does not constitute the official record of the project. The official record of the project is prepared and maintained exclusively by the engineer. 1 -06 CONTROL OF MATERIAL 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: In cases of conflict between different safety regulations, the more stringent regulation shall apply. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -30 SPECIAL PROVISIONS 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. (April 3, 2006 WSDOT GSP) Section 1 -07.1 is supplemented with the following: 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -31 SPECIAL PROVISIONS 1 -07.2 State Taxes Delete this section, including its sub - sections, in its entirety and replace it with the following: 1 -07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1- 07.2(1) through 1- 07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor -paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1- 07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract - related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1- 07.2(1) State Sales Tax — Rule 171 WAC 458 -20 -171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1- 07.2(2) State Sales Tax — Rule 170 WAC 458 -20 -170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -32 SPECIAL PROVISIONS Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1- 07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1 -07.5 Environmental Regulations 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 treatement system is prohibited without the approval of the Engineer. 1 -07.6 Permits and Licenses ( * * * * *,4) Survey Monuments In accordance with RCW 58.24.040(8), no cadastral or geodetic survey monument may be disturbed without a valid permit to remove or destroy a survey monument, issued by the Washington State Department of Natural Resources. Permit applications can be obtained by calling the Public Land Survey Office at (360) 902 -1194. The permit application must be stamped by a registered Washington State Land Surveyor. 1 -07.7 Load Limits (March 13, 1995 WSDOT GSP) Section 1 -07.7 is supplemented with the following: If the source of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1 -07.11 Requirements for Nondiscrimination (July 18, 2016 APWA GSP, Option C) Supplement this section with the following: Voluntary Minority, Small, Veteran and Women's Business Enterprise (MSVWBE) Participation City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -33 SPECIAL PROVISIONS General Statement Voluntary goals for minority, small, veteran and women business enterprises are included in this Contract. The Contractor is encouraged to utilize MSVWBEs in accordance with these Specifications, RCW 39.19 and Executive Order 13 -01 (issued by the Governor of Washington on May 10, 2013). No preference will be included in the evaluation of the Contractor's Proposal or Bid; no minimum level of MSVWBE participation is required as a condition of award or completion of the Contract; and a Proposal or Bid will not be rejected or considered non - responsive on that basis. The goals are voluntary and outreach efforts to provide MSVWBEs maximum practicable opportunities are encouraged. Non - Discrimination Contractors shall not create barriers to open and fair opportunities for all businesses, including MSVWBEs, to participate in the Work on this Contract. This includes the opportunity to compete for subcontracts as sources of supplies, equipment, construction or services. The Contractor shall make Voluntary MSVWBE Participation a part of all subcontracts and agreements entered into as a result of this Contract. Voluntary MSVWBE Participation Goals Goals for voluntary MSVWBE participation have been established as a percentage of Contractor's total Bid amount. The Contracting Agency has established the following voluntary goals: Minority Small Veteran Women 10% 5% 5% 6% Amounts paid to an MSVWBE will be credited to every voluntary goal in which they are eligible. In other words participation may be credited for participation in more than one category. If the Contractor is a MSVWBE their Work will be credited to the voluntary goals in which they are eligible. Definitions Minority Business Enterprise (MBE) — A minority owned business meeting the requirements of RCW 39.19 and WAC 326 -20 and certified by the Washington State Office of Minority & Women's Business Enterprises. Small Business — A business meeting the Washington State requirements for a "Small business ", "Minibusiness" or "Microbusiness as defined in RCW 39.26.010 and included on the WSDOT Office of Equal Opportunity list of City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -34 SPECIAL PROVISIONS Small Businesses http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm at Veteran Business — A veteran owned business meeting the requirements of RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list of Veteran Businesses at http: / /www.wsdot.wa.gov /equalopportu nity /bddirectory. htm Women Business Enterprise (WBE) — A women owned business meeting the requirements of RCW 39.19 and WAC 326 -20 and certified by the Washington State Office of Minority & Women's Business Enterprises. MSVWBE Inclusion Plan A MSVWBE Inclusion Plan shall be submitted to the Engineer prior to the start of Work on the project. The plan is submitted for the Contracting Agency's information. Approval of the plan is not required; an incomplete plan will be returned for correction and resubmittal. The plan shall include the information identified in the guidelines at http: / /www.wsdot.wa.gov /EqualOpportunity /MSVWBE.htm. MSVWBE Reporting An end of project Report of Amounts Paid to MSVWBEs shall be submitted to the Engineer after Physical Completion of the Contract. The end of project report is due 20 calendar days after the physical completion of the project has been issued. The end of project report shall include payments to all eligible businesses regardless of their listing on the MSVWBE Inclusion Plan. If the Contractor is a MSVWBE the amounts paid by the Contracting Agency for Work performed by the Contractor shall also be reported. MSVWBE Payment All costs for implementation of the requirements for Voluntary MSVWBE Participation shall be included in the associated items of Contract Work. 1 -07.13 Contractor's Responsibility for Work (August 6, 2001 WSDOT GSP) 1- 07.13(4) Repair of Damage Section 1- 07.13(4) is revised to read: 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -35 SPECIAL PROVISIONS 1 -07.15 Temporary Water Pollution / Erosion Control 1- 07.15(1) Spill Prevention, Control and Countermeasures Plan ( * * * * *,) Payment will be made under the following bid item(s) when it appears in the Proposal: "SPCC Plan ", per lump sum. 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. The addresses and telephone numbers included in Section 1- 05.14(A) are of utility companies or agencies known or suspected of having facilities or services within the project limits and are supplied for the Contractor's convenience: ( * * * * *,) Section 1 -07.17 is supplemented with the following: Public and private utilities, or their contractors, will furnish all work necessary to adjust, relocate, replace, or construct their facilities unless otherwise provided for in the Plans or these Special Provisions. Such adjustment, relocation, replacement, or construction will be done during the prosecution of the work for this project. 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 17, 2017 City of Federal Way) 1- 07.18(1) General Requirements A. The Contractor shall procure and maintain the insurance described in all subsections of section 1 -07.18 of these Special Provisions, from insurers with a current A. M. Best rating of not less than A -: VII and licensed to do business in the State of Washington. The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer's financial condition. B. The Contractor shall keep this insurance in force without interruption from the commencement of the Contractor's Work through the term of the Contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated below. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -36 SPECIAL PROVISIONS C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims- made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Completion Date or earlier termination of this Contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ( "tail ") or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The Contractor's Automobile Liability, Commercial General Liability and Excess or Umbrella Liability insurance policies shall be primary and non - contributory insurance as respects the Contracting Agency's insurance, self- insurance, or self- insured pool coverage. Any insurance, self- insurance, or self- insured pool coverage maintained by the Contracting Agency shall be excess of the Contractor's insurance and shall not contribute with it. 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 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 • KPG Inc, P.S. and its officers, employees, agents, and subconsultants. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -37 SPECIAL PROVISIONS • 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. 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -38 SPECIAL PROVISIONS 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 in Section 9 of the Public Works Contract for this period. 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. 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. 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -39 SPECIAL PROVISIONS 1- 07.18(5)J Pollution Liability (January 4, 2016 APWA GSP) The Contractor shall provide a Contractors Pollution Liability policy, providing coverage for claims involving bodily injury, property damage (including loss of use of tangible property that has not been physically injured), cleanup costs, remediation, disposal or other handling of pollutants, including costs and expenses incurred in the investigation, defense, or settlement of claims, arising out of any one or more of the following: 1. Contractor's operations related to this project. 2. Remediation, abatement, repair, maintenance or other work with lead - based paint or materials containing asbestos. 3. Transportation of hazardous materials away from any site related to this project. All entities listed under 1- 07.18(2) of these Special Provisions shall be named by endorsement as additional insureds on the Contractors Pollution Liability insurance policy. 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. 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 Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -40 SPECIAL PROVISIONS affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. (January 2, 2012 WSDOT GSP) 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -41 SPECIAL PROVISIONS 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 less 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 Section 1- 07.23(1) is supplemented with the following: ( * * * * *,4) Pedestrian Access The Contractor shall keep all pedestrian routes and access points (including sidewalks, and crosswalks when located within the project limits) open and clear at all times unless permitted otherwise by the Engineer in an approved traffic control plan. Signs and Traffic Control Devices All signs and traffic control devices for the permitted closures shall only be installed during the specified hours. Construction signs, if placed earlier than the specified hours of closure, shall be turned or covered so as not to be visible to motorists. Hours of Darkness The Contractor shall, at no additional cost to the Contracting Agency, make all arrangements for operations during hours of darkness. Flagger stations shall be illuminated using a minimum 150 -watt floodlight. Lighting used for nighttime work shall, whenever possible, be directed away from, or shielded from, residences and oncoming traffic. Night Work Working at night (10:00 p.m. to 7:00 a.m. weekdays, 10:00 p.m. to 9:00 a.m. weekends and holidays) is not mandated by the Contracting Agency. Should the Contractor schedule project work during the nighttime closure hours allowed below, it shall be the Contractor's responsibility to obtain any required noise variance or exemption for such work. Closure Restrictions The traffic closures listed above will not be allowed during the following time periods: Holidays - from noon the day prior to a holiday or holiday weekend through noon the day following a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday, or Monday are considered a holiday weekend. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -42 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS 1- 07.23(2) Construction and Maintenance of Detours Revise the first paragraph to read: * * * * *,1) Unless otherwise approved, the Contractor shall maintain two -way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1 -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. 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -43 SPECIAL PROVISIONS 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. Add the following New Section: 1 -07.28 Communication with Businesses and Property Owners ( * * * * **) The Contractor will be responsible for communicating all work activities with the property owners. The Contractor, along with the City's inspector, shall have one formal meeting with the managers of the business corridor. It will be the Contractor's responsibility to initiate and set up the meeting. Thereafter, the Contractor shall keep the businesses informed of their general work locations and activities for the upcoming two (2) months by distributing a monthly status /schedule memo to the businesses. The memo shall be approved by the Engineer prior to distribution. Payment for said meetings and communication shall be considered incidental to the unit contract price paid for Mobilization and no additional payment will be made. 1 -08 PROSECUTION AND PROGRESS Add the following new sections: 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.; City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -44 SPECIAL PROVISIONS 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. 1- 08.0(2) Hours of Work (December 8, 2014 APWA GSP) Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8 -hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). If the Contractor wishes to deviate from the established working hours, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review no later than noon on the working day 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -45 SPECIAL PROVISIONS 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- 08.3(2)A Type A Progress Schedule (March 13, 2012 APWA GSP) Revise this section to read: The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1 -08.4 Prosecution of the Work Delete this section in its entirety, 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 Section 1 -08.5 is supplemented with the following: ( * * * *,,,,) This project shall be physically completed within 60 working days. The working days includes time to accomplish all force account work in the bid schedules. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -46 SPECIAL PROVISIONS (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. 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -47 SPECIAL PROVISIONS 1 -08.6 ( * * * *) Suspension of Work Supplement Section 1 -08.6 with the following: Contract time may be suspended for procurement of critical materials (Procurement Suspension). In order to receive Procurement Suspension, the Contractor shall, within 14 calendar days after execution by the Contracting Agency, place purchase orders for all materials deemed critical by the Contracting Agency for the 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 activites in the Progress Schedule. If the approved Progress Schedule indicated that the material procurement are critical activites, and if the Contractor has provided documentation that purchase orders are placed for the critical materials within the prescribed 14 calendar days, then the contract time shall be suspended upon physical completion of all critical work except that work dependent upon the listed critical materials: * ** Luminaire Poles * ** Procurement Suspension shall be a maximum of 30 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: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -48 SPECIAL PROVISIONS The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1 -09.7 Mobilization Section 1 -09.7 is supplemented with the following: Obtaining a site for the Contractor's mobilization, field office(s), storage of materials, and other general operations shall be the responsibility of the Contractor. All costs associated with securing sites shall be included in the other bid items on the project and no other compensation will be made for this item. The Contractor will provide City with copy(s) of agreement(s). Payment is made under the following bid item: "Mobilization" per lump sum. The lump sum bid price for 'Mobilization" shall include, but not limited to, the following items: the movement of the Contractor's personnel, equipment, supplies and incidentals to the project site; the establishment of the Contractor's office, buildings, and other facilities necessary for work on the project; providing sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to complete the project not furnished by the Owner; and other work and operations which must be performed or costs that must be incurred. 1 -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. 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -49 SPECIAL PROVISIONS 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- 09.11(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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -50 SPECIAL PROVISIONS 1 -09.13 Claims Resolution 1- 09.13(3) Claims $250,000 or Less (October 1, 2005 APWA GSP) Delete this Section and replace it with the following: The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or 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 Revise the first paragraph to read: The Contractor shall provide traffic control plans to the City of Federal Way for review and approval a minimum of ten (10) working days prior to implementation. These plans shall supplement Construction Staging Plans. The plans as provided by the Contractor shall include and not be limited to the following information: • Stop line locations with station and offset to verify safety of intersection turning radius for vehicles. • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way Standard Detail DWG 3 -19A, and WSDOT standard plans. The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations which may occur on highways, roads, City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -51 SPECIAL PROVISIONS streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. City of Federal Way Project Signs City of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs per the detail provided by the City. Signs shall include funding partners as provided by the City. 1 -10.2 Traffic Control Management General (January 13, 2017 WSDOT GSP) Section 1- 10.2(1) is supplemented with the following: 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: The Northwest Laborers - Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297 -3035 Evergreen Safety Council 12545 135' Ave. N. Kirkland, WA 98034 -8709 1- 800 - 521 -0778 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406 -1022 Training Dept. Toll Free (877) 642 -4637 Phone: (540) 368 -1701 1- 10.2(2), Traffic Control Plans Section 1- 10.2(2) is supplemented with the following: ( * * * * *,) The following minimum Traffic Control requirements shall be maintained during the construction of the project: 1. The Contractor shall maintain continuous two -way traffic along streets throughout the project site. The Contractor shall have the option, with the approval of the Engineer, of momentarily interrupting the continuous two -way traffic to allow one -way traffic. Such interruptions shall utilize qualified flaggers placed in strategic locations to insure the public safety and minimize driver confusion. A momentary interruption shall be defined as a period of time not to exceed two (2) minutes. Regardless of the period of time no queue greater than ten (10) cars in length will be allowed. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -52 SPECIAL PROVISIONS 2. The Contractor shall be responsible for notifying all affected property owners prior to commencing the barricading of streets, sidewalks and driveways. 3. All business driveways shall remain open except as necessary to permit curing of construction materials or for short periods of time as required for excavations. However, at least one (1) driveway per business shall remain open to vehicular traffic at all times unless otherwise approved by the Engineer and affected property owner in writing. If a business has only one driveway, then that driveway must be constructed one -half at a time to allow the passage of vehicles. The amount of time that a driveway can be closed will be limited. Business owners shall be notified in writing at least 48 hours in advance of any planned driveway closures. 4. Signs and barricades shall be supplemented by Type C steady burn lights to delineate edge of roadway during the hours of darkness. 5. Any asphalt concrete pavement, crushed surfacing, or gravel base for maintaining traffic during the life of this contract shall be placed by the Contractor immediately upon request by the Engineer. In addition, cuts made in the traveled lanes or on walkways that are paved will be temporarily patched with hot mix and maintained daily until such time as a permanent patch can be made. Payment for crushed surfacing, gravel and asphalt will be paid at their respective bid items, as included in the contract. 6. Detours will not be allowed except as noted herein or Section 1- 07.23(2) as amended. 7. Drivers of motor vehicles used in connection with the construction shall obey traffic rules posted for such location in the same manner and under the same restrictions as provided for the drivers of private vehicles. 8. The Contractor shall, at all times throughout the project, conduct the work in such a manner as will obstruct and inconvenience vehicular and pedestrian traffic as little as 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. 9. The Contractor shall provide traffic cones, barricades and drums, with warning lights in sufficient number and in good condition as required to protect the work and the public throughout the length of the job. Traffic Safety Drums with flashers in addition to temporary striping will be used to channelize traffic through construction zones. Opposing lanes of traffic will be separated by pylons when clearance for drums is not adequate. All signing and channelization shall be per current MUTCD standards. 10. Temporary paint striping, reflective marking tape, and /or retroreflective tubular markers shall be required for each shift of traffic control. The Contractor shall City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -53 SPECIAL PROVISIONS provide temporary striping, reflective marking tape, and /or retroreflective tubular markers as required at the direction of the Engineer. Paint, reflective marking tape, and /or retroreflective tubular markers used for temporary striping shall meet the requirement of Section 8 -23 of these Special Provisions. 11. The Contractor provided Traffic Control Plans shall lay out traffic control device spacing, tapers, etc., to scale, shall contain accurate dimensions and legends and shall be signed by the preparer. Special Conditions • At least one lane in each direction on S 312th St shall remain open at all times, except as modified below • If a lane closure is required, at least one lane of traffic (alternating directions / flagger controlled) shall be maintained at all times. Such lane closure will require prior written approval by the Engineer at least 48 hours in advance. All 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 shall remain ADA accessible to pedestrians at all times throughout the project. 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. 4) Before 7:00 AM on the day after the holiday or holiday weekend. 1 -10.3 Traffic Control Labor, Procedures and Devices 1- 10.3(1) Traffic Control Labor Section 1- 10.3(1) is supplemented with the following: ( * * * * *,) The City shall reimburse the Contractor for the use of off-duty uniformed police officers at the invoiced cost per Standard Specifications 1 -09.6 Force Account. The Contractor shall request uniformed off-duty police officers from the City of Federal Way Public Safety Department, (253) 835 -6701. The request shall be made forty -eight (48) hours before the use of the off-duty police officers on the project site. A minimum of three (3) hours call out time shall be paid for each request for off -duty police officers. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -54 SPECIAL PROVISIONS It shall be the Contractors responsibility to arrange a work schedule to minimize any additional costs incurred by the minimum three (3) hour call out requirement. No reimbursement of any portion of the minimum callout will be allowed where Contractor - made schedule revisions occur after an off-duty officer has been procured. Off-duty Uniformed Police Officer will be required only when the signal system is in flashing mode or is not operational or otherwise approved by the project engineer. 1- 10.3(3) Traffic Control Devices Section 1- 10.3(3) is supplemented with the following: ( * * * * *,) The following devices are deemed compliant with the crashworthiness requirements of NCHRP 350 and are approved for use on the project: Approved Category II Devices Type I & II Barricades Manufacturer WLI Industries Bent Manufacturing Bent Manufacturing Bent Manufacturing Eastern Metal Plasticade Products Plasticade Products Dicke Tool Company TrafFix Devices, Inc. The Roadmaker Company Three D Traffic Works, Inc. Protection Services, Inc. Flex -O -Lite United Rentals Highways Bureau of Highway Safety The Cortina Companies Type III Barricades Manufacturer Bent Manufacturing Recycled Plastic Products Yodock Wall Company Centel of Medford, Inc. Davidson Plastics Corp. Approved Portable Signs and Stands Manufacturer City of Federal Way Steel Lake Park to Downtown Trail Model Number Safety Cade Type II Unicade Waffle Barricade Type II Plywood or Plastic Panel Type I & II Barricades Fibercade Type II Plasticade Type II Type I Plastic Barricade Plastic Folding Type I Barricade Type II Plastic Barricade TD2000 Works Barricade Type I & II Barricades Type I Barricade Type I & II Barricades Penn. Type III Barricade Type I Plastic Barricades Model Number Type III Barricade Hollow Core Plastic Barricade Yodock 2001 m Type III Barricade EZ -UP Type III Barricade T3B Type III Barricade Model Number Page SP -55 RFB 17 -002 BID DOCUMENT — April 2017 SPECIAL PROVISIONS Montana DOT WLI Texas DOT Reflexite /Eastern Metals DWG# 618 -02 (Plywood) SafetyCor Sign System (Plastic) Skid Mounted Sign Support (Plywood) DF 400 & DF 4700 TX (Endurance plastic) (Aluminum signs are not approved for use with the above listed stands at this time Wood Sign Posts Use the below charts to determine post size for Class A construction signs. One Post Installation Min. Sign Sq. Ft. Post Size 4x4 4x6 6x6 6x8 4x4 4x6 6x6 6x8 17.0 21.0 26.0 Max. Sign Sq. Ft. 16.0 20.0 25.0 31.0 Two Post Installation (For signs 5 feet or greater in width) 17.0 37.0 47.0 16.0 36.0 46.0 75.0 * * The Engineer shall determine post size for signs greater than 75 square feet. Section 1- 10.3(3) of the Standard Specifications are revised to read as follows: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All non - applicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor. All orange background signs shall utilize materials, and be fabricated in accordance with, Section 9 -28. All new orange background signs and all W20 -7a "Flagger Ahead" signs shall be fabricated with Type IV or Type VII fluorescent orange sign sheeting. All post mounted signs with Type IV or VII sheeting shall use a nylon washer between the twist fasteners (screw heads, bolts, or nuts) and the reflective sheeting. There shall be no intermixing of signs with non - fluorescent orange reflective sign sheeting and signs with fluorescent orange reflective sign sheeting on the same sign post. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -56 SPECIAL PROVISIONS Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. They are mounted on posts, existing fixed structures, or substantial supports of a semi - permanent nature. Sign and support installation for Class A signs shall be in accordance with the Contract Plans or the Standard Plans. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. In the event of disputes, the Engineer will determine if a construction sign is considered as a Class A or B construction sign. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Payment for setup and take down of Class B signs will be limited to the labor cost to do the work described in Section 1- 10.3(1), and for transportation described in Section 1- 10.3(2). Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. Traffic Safety Drums used to delineate driveways and access locations to private properties within the work zone shall be yellow in color. 1- 10.3(7) Temporary Pavement Marking Section 1- 10.3(7) is a new section: ( * * * * **) All costs in connection with the use of reflective traffic tape as temporary pavement markings shall be incidental to other bid items. All costs for paint lines and reflective pavement markers used for temporary traffic control shall be paid under other bid items. Description The Contractor shall install and remove approved 4- inch -wide reflective traffic tape, paint line, RPMs and pavement markings per City of Federal Way Standard Details DWG - 3 -17, DWG - 3 -18, and DWG - 3 -19, as shown on the Plans, specified in the Special Provisions for this Contract, or as directed by the Engineer. Temporary pavement markings shall be removed after the installation of permanent lane marking is approved in writing by the Engineer. Materials Materials for temporary pavement markings shall be selected from approved materials listed in the Special Provisions of this Contract. Preliminary Spotting City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -57 SPECIAL PROVISIONS The Contractor is responsible for preliminary spotting (layout work) of the lines before marking begins. The City may provide pavement marking layout work for the Contractor if existing work loads permit, but all costs incurred by the City in providing layout work at the Contractor's request shall be charged to the Contractor. Temporary Pavement Markings Temporary pavement markings shall be installed and maintained by the Contractor whenever permanent pavement markings are included in the Contract and traffic is released onto public streets or roadways prior to installation of permanent pavement markings. The Contractor shall perform preliminary layout work to the satisfaction of the Engineer prior to installation of the temporary pavement markings. The temporary pavement markings shall be installed and maintained to the satisfaction of the Engineer until the permanent pavement markings are installed and approved in writing by the Engineer. After approval of permanent lane markings, the Contractor shall remove the temporary lane markings to the satisfaction of the Engineer. Appropriately colored 4- inch -wide reflective traffic tape shall be installed with a skip pattern based on a 10 -foot unit consisting of a 1 -foot line of tape and a 9 -foot gap, unless otherwise specified on the Plans or in the Special Provisions for this Contract. Reflective traffic tape markings shall generally follow the alignment for the permanent pavement markings and double lines shall be used when specified for the permanent pavement markings. Reflective tape shall not be used when the temporary pavement markings are to be exposed to traffic for more than two weeks without the written approval of the Engineer. The Contractor shall provide paint lines per sections 8 -22 and 9 -34, and RPMs per sections 8 -09 and 9 -21, at the direction of the Engineer for temporary pavement markings for construction staging. Paint lines shall be provided for temporary pavement markings for any conditions not applicable for reflective tape. Paint lines for temporary pavement markings shall be paid under "Paint Line ", "Raised Pavement Marker Type 1", and Raised Pavement Marker Type 2 ". 1- 10.4(2) Item Bids with Lump Sum for Incidentals (August 2, 2004 WSDOT GSP) Section 1- 10.4(2) is supplemented with the following: The bid proposal does not contain the item "Project Temporary Traffic Control," lump sum. The provisions of section 1- 10.4(2) shall apply. 1 -10.5 Payment ( * * * * *,() Payment will be made under the following bid item(s) when appearing in the Proposal: "Traffic Control Supervisor ", lump sum "Flaggers and Spotters ", per hour "Other Traffic Control Labor ", per hour City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -58 SPECIAL PROVISIONS "Other Temporary Traffic Control ", per lump sum "Construction Signs Class A ", per square foot END OF DIVISION 1 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -59 SPECIAL PROVISIONS DIVISION 2 EARTHWORK 2 -01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2 -01.1 Description (Special Provision) Section 2 -01.1 is supplemented with the following: ( * * * * *A) Clearing and grubbing on this project shall be performed within the limits shown in the plans. 2 -01.5 Payment (Special Provision) Section 2 -01.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid item(s) when included in the proposal: "Clearing and Grubbing ", per lump sum "Roadside Cleanup ", force account 2 -02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2 -02.1 Description (Special Provision) 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: Sheet Station /Offset Structure /Obstruction Quantity 5 - Force Main 85 ft 5 - Guardrail 165 ft 5 - Lift Station 1 5 - Lift Station Power Supply 1 City of Federal Way Steel Lake Park to Downtown Trail Page SP -60 RFB 17 -002 BID DOCUMENT — April 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS 2 -02.1 Description (March 18, 2002 NWR) Section 2 -02.1 is supplemented with the following: Roadside Restoration The Contractor shall restore, repair or correct all portions of the roadside or adjacent landscapes that were unavoidably damaged due to the performance or installation of the specified work. Unavoidable damage shall be determined only by the Engineer. All materials utilized shall be in accordance with Sections 9 -14 and 9 -15 and other applicable sections of the Standard Specifications or Special Provisions, whichever may apply. All work shall be performed in accordance with Sections 8 -02 and 8 -03 and other applicable sections of the Standard Specifications. The Contractor shall review the work with the Engineer and receive approval to proceed prior to commencing roadside restoration work. 2- 02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters (Special Provision) 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. 2- 02.3(4) Removal of Drainage Structures (Special Provision) ( * * * * **) 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 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -61 SPECIAL PROVISIONS 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) Remove Pavement Markings (Special Provision) ( * * * * **) Section 2- 02.3(7) is a new section: Pavement markings shall be removed per 8- 22.3(6) of the Standard Specifications. 2 -02.4 Measurement (Special Provision) Section 2 -02.4 is supplemented with the following: ( * * * * **) Sawcutting will be measured by the linear foot. Remove Existing Catch Basin by each. Remove Existing Storm Sewer Pipe will be measured by the linear foot. 2 -02.5 Payment (Special Provision) Section 2 -02.5 is supplemented with the following: ( * * * * **) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -62 SPECIAL PROVISIONS "Removal of Structures and Obstructions ", lump sum. "Sawcutting ", per linear foot "Remove Existing Catch Basin ", per each. "Remove Existing Storm Sewer Pipe ", per linear foot. Payment for Remove Pavement Markings shall include removal of all existing and temporary pavement markings for construction staging and for final permanent pavement marking. 2 -03 ROADWAY EXCAVATION AND EMBANKMENT 2 -03.2 Pavement Removal (Special Provision) Section 2 -03.2 is replaced with the following: ( * * * * * *) Where shown in the Plans or where designated by the Engineer, the Contractor shall remove asphalt, concrete, and /or Portland cement concrete pavement. The approximate thickness of the pavement is shown in the appendicies, if available. 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. 2- 03.3(10) Selected Material (Special Provision) 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(4) for Gravel Borrow for Structural Earth Wall. 2- 03.3(14)C Compacting Earth Embankments (Special Provision) 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -63 SPECIAL PROVISIONS 2- 03.3(14)D Compaction and Moisture Control Tests (Special Provision) 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. 2- 03.3(14)E Unsuitable Foundation Excavation (Special Provision) Section 2- 03.3(14)E is supplemented with the following: ( * * * * * *) All embankments, utilities, utility structures, and retaining walls 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, retaining walls, or utilitiy installations. Installing construction geotextile for separation on the base and sides of unsuitable excavation as indicated on the Plans shall be included in the unit price per cubic yard for unsuitable foundation excavation incl. haul. Backfill of unsuitable foundation areas shall be measured and paid separately as Crushed Surfacing Base Course. 2- 03.3(14)G Backfilling 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 for Structural Earth Wall 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. Control stakes will be set during construction to provide the Contractor with all essential information for the construction of excavation and embankments. If discrepancies are discovered in the ground elevations, which will materially affect the quantities of earthwork, the original computations of earthwork quantities will be adjusted accordingly. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -64 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS 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. 2 -03.4 Measurement (Special Provision) Section 2 -03.4 is supplemented with the following: ( * * * * *,4) Roadway Excavation shall not be measured for payment for the removal of "Temporary Pavement" to required subgrade depth per the provisions of 5- 04.3(22) herein. "Gravel Borrow for Trench Backfill" shall be measured and paid when backfilling subsequent to Structure Excavation Class B. "Gravel Borrow for Trench Backfill Incl. Haul" will be measured per neatlines, less volumes for structures, pipes, and bedding. Gravel backfill subsequent to the removal of structures and obstructions shall be measured and paid under the "Gravel Borrow for Trench Backfill" bid item. Gravel Borrow for Structural Earth Wall required for embankment construction to achieve the subgrade elevations indicated on the Plans will be measured and paid per ton in accordance with Section 6 -13 herein. 2 -03.5 Payment (Special Provision) Section 2 -03.5 is supplemented with the following Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Gravel Borrow for Trench Backfill Incl. Haul ", per ton. "Roadway Excavation Incl. Haul ", per cubic yard. "Unsuitable Foundation Excavation Incl. Haul ", per cubic yard. 2 -03.5 Payment (March 13, 1995 WSDOT GSP) Section 2 -03.5 is supplemented with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -65 SPECIAL PROVISIONS 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 (Special Provision) Section 2 -07.5 is supplemented with the following: When the Contract does not include water as a pay item, providing and applying the water shall be incidental to construction. All costs shall be included in the other Contract pay items. 2 -09 STRUCTURE EXCAVATION 2- 09.3(1)E Backfilling (Special Provision) 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 Incl. 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 the approval of the Engineer. Use of native material for backfill, when approved, shall be incidental to the various items in the Contract and no additional payment will be made. 2 -09.4 Measurement The second sentence of the eleventh paragraph of Section 2 -09.4 is replaced with the following: ( * * * * *,4) Shoring or Extra Excavation Class B will be measured for payment only when structure excavation is four -feet (4') or deeper measured from existing ground surface to the bottom of pipe zone bedding. Shoring or Extra Excavation Class B will measured and paid per square foot based upon the following calculation: Depth: Actual trench depth from existing ground to bottom of pipe zone bedding, only when this dimension is four -feet (4') or greater. Length: Linear foot of trench excavated to a depth of four -feet (4') or greater along the centerline of the structure installed. Depth shall be measured only once, not for both sides of the excavation. Area (sf): Depth x Length Section 2 -09.4 is supplemented with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -66 SPECIAL PROVISIONS "Structure Excavation Class B Incl. Haul for Structural Earth Walls ", shall not be measured and is considered incidental to the Structural Earth Wall bid item. 2 -09.5 Payment Paragraphs nine, ten, and eleven of Section 2 -09.5 are replaced with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Shoring or Extra Excavation Class B ", per linear foot of trench excavated to a depth of 4 feet or more. The unit contract price per linear foot shall be full pay for all excavation, backfill, compaction, and other work required when extra excavation is used in lieu of constructing shoring. If select backfill material is required for backfilling within the limits of the structure excavation, it shall also be required as backfill material for the extra excavation at the Contractor's expense. Section 2 -09.5 is supplemented with the following: (*****1 Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Shoring or Extra Excavation Class B" per square foot. All costs for "Structure Excavation Class B incl. Haul ", except for "Shoring or Extra Excavation Class B ", shall be included in the unit contract price for the installation of each type and size of culvert, pipe, structure, or conduit as specified. END OF DIVISION 2 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -67 SPECIAL PROVISIONS DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 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: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -68 SPECIAL PROVISIONS 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 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -69 SPECIAL PROVISIONS 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. 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. END OF DIVISION 3 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -70 SPECIAL PROVISIONS DIVISION 4 BASES 4 -04 BALLAST AND CRUSHED SURFACING 4 -04.1 Description (Special Provision) Section 4 -04.1 is supplemented with the following: ( * * * * *,) Crushed Surfacing shall be placed where shown in the Plans, as a base for sidewalks, pathways, pavement, in areas of unsuitable foundation excavation, or for any other purposes deemed necessary by the Engineer. 4 -04.3 Construction Requirements 4- 04.3(4) Placing and Spreading (Special Provision) Item 2 of Section 4- 04.3(3) and Section 4- 04(4), is replaced with the following: ( * * * * * *) 2. Road Mix Method. The road mix method of mixing surfacing material will not be allowed. 4 -04.5 Payment (Special Provision) Section 4 -04.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Crushed Surfacing Base Course ", per ton. The unit contract price per ton for "Crushed Surfacing Base Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. "Crushed Surfacing Top Course ", per ton. The unit contract price per ton for "Crushed Surfacing Top Course" shall also include compacting, and removing and hauling to waste when required by the Engineer. END OF DIVISION 4 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -71 SPECIAL PROVISIONS DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS 5 -04 HOT MIX ASPHALT 5 -04.1 Description (Special Provision) Section 5 -04.1 is supplemented with the following: ( * * * * * *) Asphalt concrete pavement shall be used at the following locations on the project: 1. HMA CI 1/2 ", PG 64 -22: For all asphalt concrete roadway construction and reconstruction per the Typical Roadway section details on the Plans. 2. Temporary Pavement: For all temporary asphalt concrete construction and patching as directed by the Engineer. 5 -04.2 Materials (January 3, 2011 WSDOT GSP) Section 5 -04.2 is supplemented with the following: ESAL'S The number of ESAL'S for the design and acceptance of the HMA shall be 2.5 million. 5 -04.3 Construction Requirements 5- 04.3(3)D Material Transfer Device / Vehicle (August 3, 2009 WSDOT GSP) Section 5- 04.3(5)D is deleted in its entirety. 5- 04.3(4) Preparation Of Existing Surfaces (Special Provision) Section 5- 04.3(4) 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)A2 Statistical or Nonstatistical Evaluation Delete this section and replace it with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -72 SPECIAL PROVISIONS 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). 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -73 SPECIAL PROVISIONS 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: i. 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(12) Joints (January 5, 2004 WSDOT GSP) Section 5- 04.3(12) is supplemented with the following: HMA utilized in the construction of joint wedges shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. 5- 04.3(13) Surface Smoothness (January 5, 2004 WSDOT GSP) The second sentence of Section 5- 04.3(13) is revised to read: The completed surface of the wearing course shall not vary more than 1/4 inch from the lower edge of a 10 -foot straightedge placed on the surface parallel to centerline. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -74 SPECIAL PROVISIONS 5- 04.3(14) Planing Bituminous Pavement (January 5, 2004 WSDOT GSP) Section 5- 04.3(14) is supplemented with the following: The Contractor shall perform the planing operations no more than * ** three (3) " ** calendar days ahead of the time the planed area is to be paved with HMA, unless otherwise allowed by the Engineer in writing. (August 3, 2009 WSDOT GSP) Section 5- 04.3(14) is supplemented with the following: Beveled Edge Planing A beveled edge shall be constructed in areas that will not be paved during the same work shift. The Contractor shall use a beveled cutter on the mandrel of the planing equipment, or other approved method(s), to eliminate the vertical edge(s). The beveled edge(s) shall be constructed at a 4:1 slope. (Special Provision) Section 5- 04.3(14) is supplemented with the following: ( * * * * **) Equipment For traveled lane areas, the Contractor shall use asphalt concrete planing equipment with a Triple Wrap Head or an approved equal. The milling head shall be a minimum 72 inches in width, with a maximum tooth spacing of 5/8 inch or as approved by the Engineer. Transverse Joints The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5- 04.3(12) across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. The Contractor shall remove the wedge immediately prior to paving. 5- 04.3(16) Weather Limitations (August 3, 2009 WSDOT GSP) The first sentence of Section 5- 04.3(16) is revised to read: HMA for wearing course shall not be placed on any traveled way from * ** October 15 * ** and through March 31st of the following year without written approval from the Engineer. ( ** * * **) 5- 04.3(22) Temporary Pavement (NEW SECTION) (Special Provision) Section 5- 04.3(22) is added: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -75 SPECIAL PROVISIONS Temporary pavement is required to open areas to traffic during construction. These areas include the voids created by the removal of existing traffic islands and curbing, paving over excavated roadway and utility trenches to provide paved access to private properties, and ramps for property access during cement concrete approach construction. Temporary pavement shall be hot mix asphalt concrete pavement. All temporary paving shall be placed with a minimum thickness of 2 inches. 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 before placement. This work shall also include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. Temporary Pavement, Hot mix asphalt will be used for any trench restoration within the traveled way. Whether temporary or permanent, saw cut and treat edges with CSS -1 asphalt emulsion and apply a minimum 3 -inch pavement depth or match existing, whichever is greater. Also, fill voids created by the removal of existing traffic islands and curbing, paving over excavated roadway to temporary access to adjacent properties, and ramps for property access during concrete approach construction. Temporary Pavement, cold mix asphalt is allowed for any temporary paving outside the traveled way. The cold mix shall be approved by the Engineer and placed in a 2 -inch minimum thickness. Placement of temporary pavement without prior approval of the Engineer shall be considered as a benefit of the Contractor and no cost to the owner. Any areas of temporary pavement to be removed and replaced require prior approval by the Engineer. This work shall include the removal of the temporary pavement prior to paving of final asphalt concrete pavement. The Contractor shall excavate and remove temporary pavement to the required subgrade depth to construct and install the proposed pavement section. Excavation and removal of temporary pavement, to subgrade depth, shall be considered included in the unit cost for "Temporary Pavement." 5 -04.4 Measurement (Special Provision) Section 5 -04.4 is supplemented with the following: (* * * * * *) Temporary Pavement will be measured by the ton of material actually placed, with no deduction being made for the weight of liquid asphalt, blending sand, mineral filler, or any other component of the mixture. Temporary Pavement is defined as pavement placed and subsequently removed prior to the final hot mix asphalt and base course required by the typical sections on the Plans. 5 -04.5 Payment (Special Provision) Section 5 -04.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -76 SPECIAL PROVISIONS "Temporary Pavement ", per ton. Included in the cost per ton for "Temporary Pavement" shall be placement & compaction of hot mix asphalt, cold mix asphalt, roadway excavation to proposed subgrade depths and disposal of temporary pavement. "HMA Cl. ' /2" PG 64 -22 ", per ton. END OF DIVISION 5 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -77 SPECIAL PROVISIONS DIVISION 6 STRUCTURES 6 -13 STRUCTURAL EARTH WALLS 6 -13.1 Description Section 6 -13.1 is supplemented with the following: ( * * * * * *) Construction and installation must conform to the manufacturer's specific requirements. 6 -13.2 Materials Section 6 -13.2 is supplemented with the following: (August 3, 2015 WSDOT GSP) 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. Mortar 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -78 SPECIAL PROVISIONS 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. 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 Tint 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 RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -79 SPECIAL PROVISIONS I 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 following requirements: Property Value Specification Specific Gravity 1.4 minimum ASTM D 792 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 Specification ASTM D 4101 Group 1 Class 1 Grade 2 ASTM D 2584 ASTM D 4218 STM D 792 ASTM D 638 Value 73 ± 2 percent 25 ± 3 percent 2 percent minimum 1.08 ± 0.04 8,700 ± 1,450 psi City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -80 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS Melt Flow Rate ASTM D 1238 0.37 ± 0.16 oz. /10 min. 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 ASTM D 1238 Section 6 -13.2 is supplemented with the following: UNIT FILL Value 68 ± 3 percent 30 ± 3 percent 2 percent minimum 1.16 ± 0.06 8,700 ± 725 psi 0.11 ± 0.07 oz. /10 min. 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 3/4 inch No. 4 No. 50 100 75 -100 0 -10 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, between, and behind units to meet this requirement. 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 elvels of the wall has been constructed will not be allowed. 6 -13.3 Construction Requirements Section 6 -13.3 is supplemented with the following: ( * * * * * *) 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 or Structural Earth Wall. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -81 SPECIAL PROVISIONS 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. 6 -13.3 Construction Requirements (August 3, 2015 WSDOT GSP) Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. 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: 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 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -82 SPECIAL PROVISIONS 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) Submittals Section 6- 13.3(2) is supplemented with the following: (January 3, 2011 WSDOT GSP) The following geotechnical design parameters shall be used for the design of the structural earth wall(s): Wall Name or No.: All Walls Soil Properties Wall Backfill Unit Weight (pcf) Friction Angle (deg) Cohesion (psf) 135 36 0 Retained Soil Foundation Soil Cut/Fill Cut/Fill 125/125 135/135 34/34 36/36 0 0 For the Service Limit State, the wall shall be designed to accommodate a differential settlement of * * *'/2 inch ' per 100 feet of wall length. For the Extreme Event I Limit State, the wall shall be designed for a horizontal seismic acceleration coefficient kh of * ** 0.412 * ** g and a vertical seismic acceleration coefficient kv of * ** $$0$$ * ** g. 6- 13.3(5) Precast Concrete Facing Panel and Concrete Block Erection Section 6- 13.3(5) is supplemented with the following: (April 2, 2012 WSDOT GSP) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -83 SPECIAL PROVISIONS 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 less 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 block groove, with the butt ends being placed at a center of a concrete block. 6 -13.4 Measurement Section 6 -13.4 is supplemented with the following: (* * * * * *) "Gravel Borrow for Structural Earth Wall incl. Haul ", will be measured per ton for material placed and compacted behind the structural earth wall as well as for general embankment construction to achieve the subgrade elevations indicated on the Plans. 6 -13.5 Payment 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: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -84 SPECIAL PROVISIONS "Structural Earth Wall ", per square foot The unit contract price per square foot for the Structural Earth 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, modular block units, cap units, end /corner units, unit fill, shear connectors, tie - back /geogrid system, base leveling pad, gravel backfill for drain, and wall drainpipe system including cleanout. "Gravel Borrow for Structural Earth Wall incl. Haul", per ton The unit contract price per ton for Gravel Borrow Structural Earth Wall incl. Haul shall be full compensation to perform the work in connection with furnishing, placing, and compacting backfill for structural earth wall and embankments as required to achieve the subgrade elevations indicated on the Plans. END OF DIVISION 6 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -85 SPECIAL PROVISIONS DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7 -01 DRAINS 7 -01.2 Materials (Special Provision) Section 7 -01.2 is supplemented with the following: The only acceptable material for drain pipe shall be Polyvinyl Chloride (PVC) Drain Pipe Drain Pipe, Couplings, and Fittings, meeting the requirements of ASTM D3034 SDR 35. The only acceptable material for underdrain pipe shall be Perforated Polyvinyl Chloride (PVC) Underdrain Pipe, meeting the requirements of the Standard Specifications. 7 -01.4 Measurement (Special Provision) Section 7 -01.4 is supplemented with the following: ( * * * * **) No specific unit of measurement applies to the bid item "Reconnect Existing Misc. Drainage" "Drain Pipe 6 In. Diam ", will be measured per linear foot. Excavation, backfill, pipe bedding, compaction of the pipe trench backfill (with native material), connections between dissimilar existing, new pipe materials and to new or existing storm drainage structures, and testing will not be measured as these items are incidental to the drainage pipe pay item. 7 -01.5 Payment (Special Provision) 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: "Reconnect Existing Misc. Drainage" shall be paid on a lump sum basis and shall include all labor, tools, equipment, and materials necessary to re- establish miscellaneous drainage connections from existing roof leaders, existing pipe outfalls to new catch basins, underdrains and footing drains to a suitable outfall point and existing control structure (vertical riser stem, horizontal outlet, shear gates and supports) to new pipe outlet as shown on plans. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -86 SPECIAL PROVISIONS Connections shall be made to the nearest catch basin as indicated on the plans or as approved by the Engineer. "Drain Pipe 6 In. Diam ", 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, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, surface restoration, haul and disposal of trench material to be wasted including unsuitable material, and cleaning. 7 -04 STORM SEWERS 7 -04.2 Materials (Special Provision) Section 7 -04.2 is supplemented with the following: ( * * * * * *) Storm sewer pipe used in this project shall consist of Class IV reinforced concrete storm sewer pipe for 12 -inch through 24 -inch diameter storm sewer pipes. Concrete pipe material, gaskets, and couplings shall be in accordance with Section 9 -05.7 of the Standard Specifications and as modified in these special provisions. The Contractor shall require the pipe suppliers to furnish certificates signed by their authorized representatives stating the specifications to which the materials or products were manufactured. Certificates indicating non - conformance with these Specifications shall be sufficient evidence for rejection. Materials shall not be shipped until pipe suppliers have provided documentation that materials have been properly cured. Approval of certificates shall be considered only as tentative acceptance of the materials or products, and such action by the Engineer will not relieve the Contractor of its responsibility to perform field tests and to replace or repair faulty materials, equipment, and /or workmanship. 7 -04.3 Construction Requirements (Special Provision) Section 7 -04.3 is supplemented with the following: ( * * * * * *) Pipe Joints: All concrete pipe joints shall be rubber gasketed; except connections made between dissimilar existing and new pipe materials shall be made utilizing WSDOT Standard Plan B- 60.20 -00 connection collar. Backfill and compaction: Water settling will not be permitted. Backfill shall be compacted by mechanical tampers in accordance with Section 2- 03.3(14)C "Method B" of the Standard Specifications. Existing storm sewer facilities: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -87 SPECIAL PROVISIONS 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. 7- 04.3(1) Cleaning and Testing (Special Provision) 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- 04.3(2) Coordination with Utility Companies (Special Provision) Section 7- 04.3(2) is added: It is anticipated that minor adjustments will need to be made by the utility companies to avoid the proposed storm drainage system. Known relocations not to be performed by the Contractor have been shown on the Plans to be performed "by others ". The Contractor shall identify any additional utility crossings that may conflict with the storm drainage system and notify the Engineer immediately prior to construction in vicinity of conflicts. The Contractor is responsible for coordinating anticipated relocation work with the respective utility companies. This coordination shall include contacting the utility company representative listed in Section 1- 05.14(A) of these Special Provisions at least fifteen (15) working days prior to installing storm drain pipe that may conflict with the utility companies' respective facilities; and coordinating the construction of the storm drainage system with the respective utility construction crews. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -88 SPECIAL PROVISIONS Coordination with utility companies shall be considered incidental to the Contract and no additional compensation will be made. 7 -04.4 Measurement (Special Provision) Section 7 -04.4 is supplemented with the following: "Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. ", shall be measured per linear foot. Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native material), connections between dissimilar existing and new pipe materials, outlet protection and testing will not be measured as these items are incidental to the drainage pipe pay items. "Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. ", shall be measured per linear foot. Excavation, backfill, pipe zone bedding, compaction of the pipe trench backfill (with native material), connections between dissimilar existing and new pipe materials, outlet protection and testing will not be measured as these items are incidental to the drainage pipe pay items. 7 -04.5 Payment (Special Provision) Section 7 -04.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Class IV Reinf. Conc. Storm Sewer Pipe 12 In. Diam. ", shall be measured per linear foot. The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, but not limited to, all pavement removal, trench excavation, dewatering (if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, outlet protection surface restoration, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing, costs related to maintaining existing drainage system during construction or to provide temporary drainage systems, and temporary patching hot mix to allow for the passage of traffic. If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2 -03 in these Special Provisions. "Class IV Reinf. Conc. Storm Sewer Pipe 24 In. Diam. ", shall be measured per linear foot. The unit contract price per linear foot of storm sewer pipe of the type and size specified shall be full pay for furnishing all labor, tools, equipment, and materials necessary for its complete installation, including, but not limited to, all pavement removal, trench excavation, dewatering City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -89 SPECIAL PROVISIONS (if required), temporary flow bypass, laying pipe, pipe bedding, backfill (with native material), compaction, connection to new or existing storm sewers or drainage structures, outlet protection surface restoration, haul and disposal of trench material to be wasted including unsuitable material, cleaning and testing, costs related to maintaining existing drainage system during construction or to provide temporary drainage systems, and temporary patching hot mix to allow for the passage of traffic. If the Engineer determines that the native material is not satisfactory for trench backfill, Gravel Borrow For Trench Backfill Including Haul shall be used and paid for under Section 2 -03 in these Special Provisions. 7 -05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7 -05.1 Description (Special Provision) Section 7 -05.1 is supplemented with the following: ( * * * * * *) In the first paragraph, replace "Standard Plans" with "City of Federal Way Standard Drawings" Type 1 Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -1. Type 1L Catch Basins shall be constructed per City of Federal Way Standard Dwg 4 -2. Type 2 Storm Manholes shall be constructed in accordance with City of Federal Way Standard Dwgs 4 -3 and 4 -4. 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. Where shown on the plans, through curb inlets shall be installed (Federal Way Dwgs. 4 -8 and 4 -9) at roadway sag locations. 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. 7 -05.2 Materials Section 9- 05.15(2) is supplemented with the following: (January 3, 2017 WSDOT GSP) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -90 SPECIAL PROVISIONS Slip Resistant Lid shall meet ASTM A36 steel. The slip- resistant lid shall be treated with Mebac #1 as manufactured by IKG Industries, or SIipNOT Grade 3- coarse as manufactured by W.S. Molnar Co. The slip- resistant lid shall be identified with the 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 B- inch line thickness formed with a mild steel weld bead. Slip- resistant lids shall be galvanized after fabrication in accordance with AASHTO M 111. (Special Provision) Section 7 -05.2 is supplemented with the following: ( * * * * * *) Heavy -Duty Hinged Style Frame and Cover shall be: ERGO Assembly, Product Number 00104040L01, Manufactured by EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727 (800) 626 -4653, www.ejco.com. High Impact Adjustment Riser shall be Infra - Riser® Multi- purpose Rubber Composite Adjustment Riser, EJ Group, Inc., 301 Spring Street, PO Box 439, East Jordan, MI 49727 (800) 626 -4653, www.ejco.com. 7 -05.3 Construction Requirements Section 7 -05.3 is supplemented with the following: (January 3, 2017 WSDOT GSP) Grate inlets, cast metal inlets, drop inlets and other structures installed in sidewalks, walkways, and shared -use paths shall have slip- resistant surfaces, be flush with the surface, and match the grade of the sidewalk, walkway, and shared -use path. (Special Provision) ( * * * * * *) 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 and located within the travelled way shall include round solid locking lids; except rectangular solid locking lids shall be used where indicated on the plans or directed by the Engineer. (Reference City of Federal Way Standard Drawings No. 4 -12 for solid cover and 4 -13 for standard frame). 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). City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -91 SPECIAL PROVISIONS 7- 05.3(1) Adjusting Manholes, Valve Boxes and Catch Basins to Grade (Special Provision) Section 7- 05.3(1) is supplemented with the following: Manholes, valve boxes, catch basins, and other structures shall not be adjusted to final grade until the adjacent pavement is completed, at which time the center of each structure shall be carefully relocated from references previously established by the Contractor. The asphalt concrete pavement shall be removed to a neat circular shape for manholes and catch basin conversion risers and a neat rectangular shape for Type 1 catch basins. The edge of the cut shall be 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 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 be filled with Commercial HMA, placed and compated 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 (Special Provision) Section 7- 05.3(3) is supplemented with the following: ( * * * * * *) The requirements of this section shall also apply to connections to existing catch basins. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -92 SPECIAL PROVISIONS 7- 05.3(5) Connection to Existing Pipe (Special Provision) Section 7- 05.3(5) is added: ( * * * * * *) The contractor shall connect (or reconnect) existing pipes to the new manholes or catch basins without obstructing flow from upstream locations. 7- 05.3(6) Heavy Duty Frame and Cover with High Impact Riser Section 7- 05.3(6) is added: Heavy duty hinged style frame and covers with high- impact adjustment risers, shall be installed in accordance with the requirements of Section 7- 05.3(1) and manufacturer installation instructions, for all solid -lid drainage structures located within the traveled roadway as noted in the plans. Install a rectangular to round conversion riser per Section 7- 05.3(7) of these Special Provisions and City of Federal Way Standard Drawing 4 -18 for existing or proposed Type 1 or Type 1L catch basins where required by the plans. High impact adjustment risers with a maximum 2 -inch thickness shall be used for all heavy -duty frames and covers within the travelled roadway. 7- 05.3(7) Conversion Risers (Special Provision) Section 7- 05.3(7) is added: Where indicated on the Plans, install Type 1 and Type 1L catch basins with a round solid cover by installing a conversion riser per City of Federal Way Standard Drawing 4 -18. If the catch basin will be located within the thru lane, install heavy duty frame and cover with high impact riser in accordance with Section 7- 05.3(6) of these Special Provisions. Final adjustment to grade shall be in accordance with Section 7- 05.3(1) of the Standard Plans and these Special Provisions. 7 -05.4 Measurement (Special Provision) Section 7 -05.4 is supplemented with the following: ( * * * * **) "Catch Basin Type 1", will be measured per each. "Catch Basin Type 1 L ", will be measured per each. "Catch Basin Type 2 54 In. Diam. ", will be measured per each. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -93 SPECIAL PROVISIONS "Adjust Existing Storm Drainage Structure ", will be measured per each. "Connection to Existing Drainage Structure ", will be measured per each. 7 -05.5 Payment (Special Provision) Section 7 -05.5 is supplemented with the following: Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Catch Basin Type 1", per each. "Catch Basin Type 1 L ", per each. "Catch Basin Type 2 54 In. Diam. ", per each. The unit contract price per each for all bid items above shall be full pay for furnishing all labor, tools, equipment, and materials necessary to complete each unit according to the Plans and Specifications. This includes all pavement removal and disposal, excavation, dewatering (if required), temporary flow bypass, connections to existing and new pipe, foundation material, bedding, backfill, compaction, surface restoration, testing, and furnishing and placing of all accessories 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. "Adjust Existing Storm Drainage Structure ", per each. The bid item "Adjust Storm Drainage Structure per each, applies to existing storm drainage catch basins and storm drainage /sanitary sewer manholes that require adjustment to grade by addition or removal of adjustment risers. The unit contract price for "Adjust Existing Storm Drainage Structure per Each, includes all labor, tools, equipment, and materials necessary to adjust drainage /sewer structures to finished grade, temporary patching hot mix to allow for the passage of traffic, restoration of the area around the adjusted structure, and providing new rings and covers or frames and grates. Grade rings and adjustment risers (concrete or high - impact) shall be considered incidental to this bid item and will not be measured for separate payment. "Connection to Existing Drainage Structure ", per each. The unit contract price for "Connection to Existing Drainage Structure ", per each, applies to connecting new storm drain pipe to existing storm drainage catch basins and manholes and includes all labor, tools, equipment, and materials necessary to core drill the existing drainage structure and provide the necessary pipe connection. 7 -08 GENERAL PIPE INSTALLATION REQUIREMENTS 7 -08.3 Construction Requirements (Special Provision) Section 7 -08.3 is supplemented with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -94 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS Dewatering See appendix D for groundwater conditions at time of geotechnical investigations. The Contractor shall assess the situation and develop a plan to accommodate construction in groundwater. The Contractor shall be solely responsible for this groundwater /trench excavation control plan. All costs related to trench dewatering shall be included in the related items of work. For bidding purposes the Contractor shall assume that the basic trench dewatering method is to be by sheet piling and sump pumping from the excavation with portable pumps. If advanced methods become necessary, compensation for such work shall be per 1 -04.4 of the Standard Specifications. 7- 08.3(3) Backfilling (Special Provision) Section 7- 08.3(3) is supplemented with the following: ( * * * * * *) Initial backfilling shall be performed only after inspection and approval of the installed pipe. Backfill shall be accomplished in such a manner that the pipe is not damaged by impact or overloading. All backfill for pipe trenches shall be mechanically compacted by a power operated mechanical tamper(s) as specified in Sections 7- 08.3(3) of the Standard Specifications or other mechanical compaction device approved by the Engineer. If there is an excess of acceptable backfill material obtained from trench excavation at one location on the project, it shall be used at other locations on the project as directed by the Engineer. Native backfill stockpiles shall be protected to prevent excessive wetting. The cost of transporting the excess backfill material shall be considered incidental to the pipe or structure backfilled. *****1 7-22 7 -22 STORMWATER MEDIA FILTERS (Special Provision) Section 7 -22 is added: 7 -22.1 Description This work shall consist of installing MWS Linear Modular Wetland Units for water quality treatment as shown on the Plans. 7- 22.1(1) Submittals A. Submittals for the stormwater filters shall include the following items in accordance with Division 1, GENERAL REQUIREMENTS. 1. Shop Drawings for each stormwater media filter system installation including size, location, inlet and outlet inverts, appurtenant piping; bedding, backfill, concrete top slab, City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -95 SPECIAL PROVISIONS lid details, and anchorage tiedown system details. The concrete top slab design shall provide H -20 loading for each system. 2. Complete materials list. 3. Manufacturer's recommended installation and maintenance procedures. 4. Manufacturer's certificate of satisfactory installation and warranty. 7 -22.2 Materials 7- 22.2(1) Modular Wetland Units Modular Wetland stormwater media filter units shall consist of MWS Linear Modular Subsurface Flow Wetland Systems, as manufactured by Bio Clean Enviornmental Services, Inc., 2972 San Luis Rey Road, Oceanside, CA 92058, (760) 433 -7640, or Modular Wetland Systems, Inc., P.O. Box 869, Oceanside, CA 92049, (760) 433 -7650. Modular Wetland units shall have a General Use Level Designation (GULD) for Enhanced Basic treatment from the State of Washington Department of Ecology through the TAPE program. Each Modular Wetland unit consists of a precast concrete vault containing a pretreatment chamber, biofiltration chamber, internal bypass system and discharge chamber. The pretreatment chamber houses perforated cartridge media filters, and is used for pretreating stormwater before it enters the biofiltration chamber. The pretreatment chamber has a pervious floor connected to the underdrain system, to function as a drain down system. The biofiltration chamber has a periphial void area around the filtration media cells and a centralized and vertically extending underdrain to collect filtered water from each cell. Treatment media within the biofiltration chamber consists of a sorptive media mix which does not contain any organic material and a layer of plant establishment media. Pretreated stormwater flows horizontally through the biofiltration material from the exterior void to the underdrain at the center. Treated water collected by the underdrain flows horizontally to the discharge chamber, which houses a flow control orifice plat that restrictes flows greater than the treatment flow rate. The discharge chamber also contains a drain down filter to treat drain down flows that are not treated by the biofiltration chamber. Supplied Modular Wetland units shall include inspection and maintenance by the supplier, or a supplier- approved contractor, for a minimum period of one year, consisting of two scheduled visits. The maintenance visits shall include the following tasks: 1. Modular Wetland® unit inspection. 2. Cleaning pretreatment chamber. 3. Pretreatment media evaluation and replacement as necessary. 4. Disposal of all maintenance refuse items. 5. Maintenance records updated, stored, and submitted to the City of Federal Way Surface Water Management Division. Prior to each maintenance visit, the Federal Way Surface Water Utility shall be notified and allowed to inspect the facility and observe the maintenance of the Modular Wetland unit by the supplier or supplier- approved contractor (contact Theresa Thurlow, Surface Water Management Division: 253 - 835 - 2750). City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -96 SPECIAL PROVISIONS 7- 22.2(2) Stormwater Treatment System Bedding and Backfill A. Bedding and backfill materials for stormwater media filter unit installation shall be in accordance with Section 7 -05.3. 7- 22.2(3) Warranties A. Manufacturer shall warrant all products to be free from defects in materials and workmanship for a minimum of 1 year from the date of installation. Manufacturer shall inspect and repair or replace defective parts during warranty period at no additional cost to Owner. 7 -22.3 Construction Requirements 7- 22.3(1) Modular Wetland Unit Installation Modular Wetland units shall be constructed as detailed in the Plans and in accordance with these Special Provisions and the manufacturer's installation instructions. Each unit shall be constructed at the locations and elevations according to the sizes shown on the approved Plans. Any modifications to the elevation or location shall be at the direction of and approved by the Engineer. The contractor shall exercise care in the storage and handling of the Modular Wetland unit and all components prior to and during installation. Any repair or replacement costs associated with events occurring after delivery is accepted and unloading has commenced shall be born by the contractor. The unit shall be placed on a compacted sub -grade with a minimum 6 -inch gravel base. The unit shall be placed such that the unit and top slab match the grade of the curb in the area of the unit. Compact undisturbed sub -grade materials to 95% of maximum density at +1- 2% of optimum moisture. Unsuitable material below sub -grade shall be replaced to the site Engineer's approval. Once the unit is set, the internal wooden forms and protective silt fabric cover must be left intact (if Wetland Media pre - installed). The top lid(s) shall be sealed onto the box section before backfilling, using a non - shrink grout, butyl rubber or similar waterproof seal. The boards on the top of the lid and boards sealed in the unit's throut must not be removed. The supplier will remove these sections at the time of activation. Outlet connections shall be aligned and sealed in accordance with the Plans and approved shop drawings. The correct outlet will be marked on the Modular Wetland unit. Backfilling shall be performed in a careful manner, bringing the appropriate fill material up in 6 -inch lifts on all sides. Precast sections shall be set in a manner that will result in a watertight joint. Installation of the Modular Wetland unit shall conform to ASTM specification C891 "Standard Practice for Installation of Underground Precast Utility Structures ". If not pre - installed, the contractor shall install Wetland Media in accordance with the manufacturer's insallation instructions. Plants for Modular Wetland units (where specificed) shall be supplied and installed by the Contractor. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -97 SPECIAL PROVISIONS The curb and gutter adjacent to each Modular Wetland unit shall be cast in place following installation of the Modular Wetland unit, constructing a depressed gutter section and fabricated steel curb hood as detailed in the Plans. It is the responsibility of the Contractor to provide curb and gutter transition to the Modular Wetland unit for positive stormwater flow into the system through the thoat, pipe or grate opening. 7- 22.3(3) Installation Warranty Manufacturer's representative shall observe installation of the stormwater filters and shall provide a certificate of satisfactory installation to Owner prior to operation. 7- 22.3(4) Operational Testing The manufacturer's representative shall participate in and observe operational testing of the stormwater treatment systems for design performance. All observed problems shall be rectified prior to Owner acceptance. 7 -22.4 Measurement Stormwater Media Filter (Modular Wetland Unit) will be measured per each. 7 -22.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Stormwater Media Filter (Modular Wetland Unit) ", per each The unit contract price per each for Stormwater Media Filter (Modular Wetland Unit) shall be full pay for furnishing all labor, tools, equipment, and materials necessary to install a Modular Wetland unit of the size indicated on the Plans, at locations where the Plans indicate that either a Modular Wetland unit is acceptable, in accordance with the Plans and Specifications. One manufacturer shall provide all stormwater media filters paid for by the Stormwater Media Filter (Modular Wetland Unit) bid item. The unit contract price per each for Stormwater Media Filter (Modular Wetland Unit) shall also include excavation, plant material (where applicable), gravel base, grates and lids, backfill, compaction, adjustment to finished grade, depressed gutter, curb hood (for Modular Wetland), facility activation, and one year of inspection and maintenance by supplier. Shoring shall be paid as specified in 2 -09.5. Gravel borrow used for backfill when the engineer has determined that native material is not satisfactory for backfill shall be paid in accordance with 2 -03.5. END OF DIVISION 7 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -98 SPECIAL PROVISIONS DIVISION 8 MISCELLANEOUS CONSTRUCTION 8 -01 EROSION CONTROL AND WATER POLLUTION CONTROL 8 -01.3 Construction Requirements 8- 01.3(1)A Submittals 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -99 SPECIAL PROVISIONS As a minimum, the SWPPP shall include all the SWPPP requirements identified in the General Permit, including: Narrative discussing and justifying erosion control decisions (12 elements) Drawings illustrating BMPs types and locations Engineering calculations for ponds and vaults used for erosion control 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(1)C Water Management Section 8- 01.3(1)C is supplemented with the following: (August 6, 2012 WSDOT GSP) Offsite Storm water Storm water is known to enter the project site but not limited to the following locations: * ** 13 +15 RT Public Storm Drain 16 +16 RT Existing Detention Vault Outfall 16 +87 LT Existing Culvert Crossing 18 +10 RT Private Storm Drain 19 +30 RT Private Storm Drain 20 +12 RT Annex Parking Lot Storm Drain 20 +30 RT Existing Ditch * ** City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -100 SPECIAL PROVISIONS (City of Federal Way) The Contractor shall, prior to disruption of the normal water course, intercept the offsite storm water and pipe it either through or around the project so it is discharged at its pre - construction outfall point in such a manner that there is no increase in erosion below the site. The method for performing this work shall be included in the Contractor's temporary erosion control plan. 8 -01.5 Payment Section 8 -01.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Inlet Protection ", per each. "Silt Fence ", per lineal foot. "Erosion Control and Water Pollution Prevention ", lump sum. The lump sum Contract price for "Erosion Control and Water Pollution Prevention" shall be full payment to perform the Work as specified in Section 8 -01 except for items specifically identified in the bid proposal. Progress payments for the lump sum item "Erosion Control and Water Pollution Prevention" will be made as follows: 1. The Contracting Agency will pay 25 percent of the bid amount for the initial set up for the item. Initial set up includes the following: a. Acceptance of the TESC Plan provided by the Contracting Agency or submittal of a new TESC Plan, b. Submittal of a schedule for the installation of theBMP's, c. Identifying water quality sampling locations, and d. Initial installation of BMP's associated with sensitive areas delineation, clearing /grubbing and perimeter control. 2. The remaining seventy -five percent of the bid amount shall be paid in accordance with Section 1 -09.9. 8 -02 ROADSIDE RESTORATION 8 -02.1 Description The first paragraph of Section 8 -02.1 is revised to read: ( * * * * * *) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -101 SPECIAL PROVISIONS This work shall consist of furnishing and placing topsoil, sod, mulch, seeding restoration, and planting trees in accordance with these Specifications and as shown in the Plans or as directed by the Engineer. 8 -02.2 Materials Section 8 -02.2 is supplemented with the following: ( * * * * * *) Topsoil Type A 9- 14.1(1) Seed 9 -14.2 Bark or Wood Chip Mulch 9- 14.4(3) Sod 9- 14.6(8) Root Barrier 9 -14.9 8 -02.3 Construction Requirements Section 8- 02.3(1) is supplemented with the following: ( * * * * * *) Landscape construction is anticipated to begin after all curbs, sidewalks, walls, and associated roadside work is completed. Landscape materials shall not be installed until weather permits and installation has been authorized by the Engineer. If water restrictions are anticipated or in force, planting of landscape materials may be delayed until the restrictions are lifted. Throughout planting operations, the Contractor shall keep the premises clean, free of excess soils, plants, and other materials, including refuse and debris, resulting from the Contractor's work. At the end of each work day, and as each planting area is completed, it shall be neatly dressed, and all surrounding walks and paved areas shall be cleaned to the satisfaction of the Engineer. No flushing will be allowed. At the conclusion of work, the Contractor shall remove surplus soils, materials, and debris from the construction site and shall leave the project in a condition acceptable to the Engineer. 8- 02.3(3) Roadside Work Plan Section 8- 02.3(2) is supplemented with the following: ( * * * * * *) The Roadside Work Plan shall be submitted to the Engineer one week prior to initiating proposed work. The use of chemical herbicides shall be considered on a case -by -case basis. The contractor must submit, as part of the Work Plan, the intent to use chemical herbicides to the Engineer for approval prior to use. 8- 02.3(4)A Topsoil Type A Section 8- 02.3(4) A is supplemented with the following: ( * * * * * *) Topsoil Type A shall conform to Section 9- 14.1(1) of these Special Provisions and shall be supplied by a Contractor's supplied source, and as approved by the Engineer. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -102 SPECIAL PROVISIONS 8- 02.3(5) Planting Area Preparation Section 8- 02.3(5) is supplemented with the following: ( * * * * * *) Thoroughly scarify subgrade in sod lawn areas to a minimum depth of six inches (6 "). For sod lawn areas that become compacted due to construction use, such as staging areas and access roads, the Contractor shall loosen and cultivate to a minimum depth of twelve inches (12 ") prior to planting operations. Remove all construction debris and rocks over two inches (2 ") in diameter prior to the placement of topsoil. Scarified subgrade shall be inspected and approved by the Engineer prior to placement of topsoil. Upon approval of subgrades by the Engineer, Topsoil Type A shall be placed to a compacted depth of four inches (4 ") in sod lawn areas or as indicated on Plans. Lightly compact soil and establish a smooth and uniform finished grade that protects against obstruction to surface drainage and ponding. Materials shall be placed so that after settlement of finished grades the top of the sod soil level will be even and half inch (1/2 ") below the top of sidewalks in lawn areas. For bark - mulched areas, finish grade of bark mulch shall be one one inch (1") plus the specified depth of mulch below top of curb or sidewalk. No cultivation shall occur in areas within the drip line of existing vegetation scheduled to remain or any other areas which appear to have a significant number of existing tree roots. The costs of removing all excess material and debris shall be considered incidental to and included in the unit contract prices of other items in this contract. 8- 02.3(8) Planting Section 8- 02.3(8) is supplemented with the following: ( * * * * * *) Bare root stock shall be planted only from October to February. All trees shall be planted as detailed on the Plans. Loosen tree planting pit subsurface to a depth of eight to twelve inches (8" - 12 "), then scarify sides prior to planting. Backfill around root ball with Topsoil Type A, as detailed on the Plans. Sufficient soil shall be placed around the plant and compacted so as to insure that the location of the ground line at the top of the rootball is the same as the nursery Plant trees upright and face to give best appearance or relationship to adjacent structures and hold rigidly in position until planting soil has been backfilled and tamped firmly around the rootball or roots. Plant trees in planting pits as detailed on Plans. Balled and burlapped trees shall be placed in the planting pits with the burlap intact; the binding shall be removed and all of the burlap or cloth wrapping materials shall be removed from the City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -103 SPECIAL PROVISIONS root ball. Remove all plastic, twine and ropes. The tree shall be rejected if the root ball is cracked or broken during removal of wrapping or the planting process. When the pit is backfilled halfway, place the specified quantity of fertilizer, unless otherwise specified on the plans. Evenly spread fertilizer adjacent to, the root system at a depth that is between the middle and the bottom of the root system. Do not injure root system. Place and compact planting topsoil carefully to avoid injury to roots; fill all voids. When pit is three - quarters (3/4) backfilled, completely fill with water and allow water to soak away. If water does not drain within '/z hour notify Engineer; tree planting pits which do not drain properly may require drainrock sump to facilitate drainage. Fill pits with additional soil to finish grade and continue backfilling as detailed on plans. The Contractor shall assemble and install root barrier in accordance with the manufacturer's requirements and per City Standard Detail 3 -29. 8- 02.3(10) Fertilizers Section 8- 02.3(10) is supplemented with the following: ( * * * * * *) Fertilizer shall be a standard commercial grade of organic or inorganic fertilizer as specified in Section 9 -14.3. 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. Trees shall be fertilized at a rate according to manufacturer's recommendations. Fertilizer shall be considered incidental to and included in the lump sum contract prices in the Contract. 8- 02.3(11) Bark or Wood Chip Mulch Section 8- 02.3(11) is supplemented with the following: ( * * * * * *) Bark Mulch shall be placed over all tree planting pits to a depth no less than two (2) inches, as detailed on the Plans. Thoroughly water and hose down plants with a fine spray to wash the leaves of the plants immediately after application. Bark Mulch shall meet the requirements of Section 9- 14.4(3) Bark or Wood Chips of these Special Provisions. 8 -02.3 (13) Plant Establishment Section 8- 02.3(13) is supplemented with the following: ( * * * * * *) Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, sod lawn, and seeded areas for a period of one (1) year. This shall include, but is not limited to, labor and materials necessary for removal and replacement of any rejected plant material planted under this contract. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -104 SPECIAL PROVISIONS 8- 02.3(17) Protection of Private Property and Property Restoration (Special Provision) New Section Property restoration shall consist of fine grading and restoration of adjacent landscaped areas; adjustment and /or replacement of private irrigation systems; slope restoration behind sidewalks; timber edgings; installing and replacing private wood and chain link fencing, and other work not currently identified on the plans, as directed by the Engineer. The Contractor is specifically reminded that any unnecessary damage caused by construction activities will be repaired at the Contractor's expense. Restore all disturbed areas to original condition or better. Grass areas shall be restored with hydroseed where directed. Removal of tree roots outside the limits of construction, as directed by the Engineer and under the supervision of a certified arborist, shall be paid for under "Property Restoration ". Topsoil shall be Type A and mulch shall be Bark or Wood Chip Mulch, per these Special Provisions. All materials shall conform to Sections 9 -14 Erosion Control and Roadside Planting and 9 -15 Irrigation System of the Standard Specifications. The force account provided for property restoration also includes any adjustments and or replacements of existing irrigation systems not covered under Section 8 -03 Irrigation Systems of the Special Provisions. This work shall also consist of modifying existing landscape lighting systems as may become necessary by these improvements. The Contractor is advised that protecting existing private irrigation and lighting systems from damage does not constitute a basis for claim or extra work. "Property Restoration" has been provided as a basis for modifications or improvements to private lighting systems and irrigation systems that may become necessary, but could not be foreseen prior to construction. 8 -02.4 Measurement Section 8 -02.4 is supplemented with the following: The pay quantities for the plant materials will be determined by count of the number of satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by the Engineer. "Topsoil Type A" and "Bark or Wood Chip Mulch" and will be measured by the cubic yard in the haul conveyance at the point of delivery. "Root barrier" will be measured per linear foot of installed root barrier. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -105 SPECIAL PROVISIONS 8 -02.5 Payment Section 8 -02.5 is supplemented with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Topsoil Type A ", per cubic yard "Bark or Wood Chip Mulch ", per cubic yard "Seeded Lawn Installation ", per square yard "Sod Installation ", per square yard "Root Barrier ", per linear foot. "PSIPE, Acer Saccharum ' Barrett Cole' / Apollo Maple 2'/2" Cal., 12' -14' ht. ", per each "PSIPE, Acer Griseum / Paperbark Maple 2" Cal., 10' -12' ht. ", per each Payment will be made in accordance with Section 1 -09.6 for the following bid items when included in the proposal: "Property Restoration ", by force account 8 -03 IRRIGATION SYSTEMS 8 -03.1 Description Section 8 -03.1 is supplemented with the following: The work shall consist of installing a fully functioning and complete landscape irrigation system, including tree watering bags. Some private irrigation systems exist within the project limits which will be impacted by the project improvements. The Contractor shall minimize the impacts to these facilities to the maximum extent possible. In the event that irrigation systems are found to encroach within the limits of the project improvements, they shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. 8 -03.3 Construction Requirements Section 8 -03.3 is supplemented with the following: ( * * * * *,) The Contractor shall tie into existing relocated irrigation meter as shown on Plans. 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -106 SPECIAL PROVISIONS the Standard Specifications and Amendments shall be replaced with Schedule 80 PVC or other Engineer accepted pipe material. 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 systems remain in operation during the construction of this project. The Contractor shall furnish temporary water to disconnected existing irrigation systems. Irrigation systems that have been damaged during construction activities shall be repaired within 5 working days. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. Payment will be by force account for Property Restoration per Section 8 -02 these Special Provisions. 8- 03.3(7) Flushing and Testing 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 drip emitter water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. This test will take place prior to the placement of bark mulch in drip irrigation areas. 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- 03.3(14) Irrigation Electrical Service Section 8- 03.3(14) is supplemented with the following: ( * * * * **) Furnish and install the irrigation controller, in an Engineer approved single sided 12" x 24" x 36" height, vandal resistant locking, 12 gauge pre - galvanized steel, NEMA 3R pad -mount enclosures complete with 120V power source, and 28" x 28" x 12" thick concrete pad complete with all fasteners, hardware, bolts, nuts and washers of stainless steel or galvanized if accepted by the Engineer and sized per manufacturer's instructions. Install pad, pedestal, controller, 120V control wire, conduits at locations staked by Contractor and approved by Engineer. Contractor shall furnish conduit, wiring, labor, equipment, and materials, and connect to power source in location as shown on the Illumination Plans. 8 -03.4 Measurement Section 8 -03.4 is supplemented with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -107 SPECIAL PROVISIONS I (* * * * * *) Measurement for Automatic Irrigation System, Complete will be by lump sum for the installation of the new irrigation system including tree watering bags as necessary, within the City's right - of -way outlined in the contract documents, complete and in full operating condition. 8 -03.5 Payment Section 8 -03.5 is supplemented with the following: ( * * * * *,I) 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 The lump sum contract price for Automatic Irrigation System, Complete 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 as 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 -04 CURBS, GUTTERS, AND SPILLWAYS 8 -04.1 Description (Special Provision) 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 -04.2 Materials (Special Provision) Section 8 -04.2 is supplemented with the following: (* * * * * *) Materials for Integral Curb shall meet the requirements of the following sections: Portland Cement 9 -01 Aggregates 9 -03 Premolded Joint Filler 9 -04.1 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -108 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS Reinforcing Steel 9 -07 8 -04.3 Construction Requirements (Special Provision) 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. Integral Curb The concrete in the integral curb retaining walls shall be of the same mix and shall conform in all respects to the specifications for the cement concrete sidewalk and shall be cured for the same period and in the same manner as the concrete sidewalk. The sidewalk as constructed shall extend to the back of the curb line. The sidewalk where the curb is to be placed shall be roughened or otherwise treated so that a permanent bond will be secured between the curb and the sidewalk. The curb forms shall be securely fastened so that the finished curb has a true, uniform alignment. The face of the finished curb shall have a smooth, uniform appearance. The top shall be troweled smooth, and the edge between the face and the top shall be rounded with an edging tool to a radius of one inch, and the top and face of the curb shall receive a light brush finish. All expansion joints in the sidewalk shall extend entirely through the curb. Wherever contraction joints occur in the sidewalk, construction joints conforming to Section 8- 04.3(1) shall be constructed in the curb. 8 -04.4 Measurement (Special Provision) Section 8 -04.4 is supplemented with the following: ( * * * * * *) All curbs and curb and gutter will be measured by the linear foot along the line and slope of the completed curb and gutter. Painting of curbs will not be measured and is considered incidental to the unit price of the type of curb. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -109 SPECIAL PROVISIONS Measurement of Integral Curb will be by the square foot. The curb shall be only that portion above the sidewalk; the concrete below the curb shall be included in the measurement in square yards of sidewalk. 8 -04.5 Payment (Special Provision) Section 8 -04.5 is supplemented with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Extruded Curb, Type 6 ", per linear foot. "Cement Conc. Curb and Gutter ", per linear foot. "Cement Conc. Pedestrian Curb ", per linear foot. "Integral Curb ", per square foot. 8 -06 CEMENT CONCRETE DRIVEWAY ENTRANCES 8 -06.5 Payment (Special Provision) Section 8 -06.5 is supplemented with the following: (* * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Cement Conc. Driveway Entrance ", per square yard. 8 -09 RAISED PAVEMENT MARKERS 8 -09.3 Construction Requirements Section 8 -09.3 is supplemented as follows: ( * * * * * *) RPMs shall be installed per City of Federal Way Standard Details 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8 -09.5 Payment Section 8 -09.5 is supplemented as follows: 1 Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Raised Pavement Markers, Type 2 ", per Hundred. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -1 10 1 1 1 1 SPECIAL PROVISIONS 8 -12 CHAIN LINK FENCE AND WIRE FENCE 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 (Special Provision) Section 8 -12.4 is supplemented with the following: ( * * * * **) Black Vinyl Coate Chain link fence installed will be measured per lineal foot. 8 -12.5 Payment (Special Provision) Section 8 -12.5 is supplemented with the following: ( * * * * *,4) 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -111 SPECIAL PROVISIONS 8 -14.3 Construction Requirements (Special Provision) Section 8 -14.3 is supplemented with the following: (April 4, 2011 WSDOT GSP) The Contractor shall request a pre- meeting with the Engineer to be held 2 to 5 working days before any work can start on cement concrete sidewalks, curb ramps or other pedestrian access routes to discuss construction requirements. Those attending shall include: 1. The Prime Contractor and Subcontractor in charge of constructing forms, and placing, and finishing the cement concrete. 2. Project Engineer (or representative) and Project Inspectors for the cement concrete sidewalk, curb ramp or pedestrian access route Work. Items to be discussed in this meeting shall include, at a minimum, the following: 1. Slopes shown on the Plans. 2. Inspection 3. Traffic control 4. Pedestrian control, access routes and delineation 5. Accommodating utilities 6. Form work 7. Installation of detectable warning surfaces 8 -14.4 Measurement The second paragraph is deleted and replaced with the following: (Special Provision) ( * * * * * *) Cement Concrete Curb ramps shall be measured separately from sidewalks. Cement Conc. Curb Ramp will be measured per each for the complete curb ramp installed, regardless of type, including landing, adjacent curb and gutter and /or depressed curb and gutter; does not include the installation of detectable warning surface or pedestrian curb. 8 -14.5 Payment (Special Provision) Section 8 -14.5: ( * * * * * *) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -112 SPECIAL PROVISIONS Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Thickened Edge Sidewalk ", per linear foot Payment for `Thickened Edge Sidewalk' per linear foot will be made in addition to any payment per square yard for `Cement Conc. Sidewalk'. "Cement Conc. Sidewalk ", per square yard "Cement Conc.Curb Ramp ", per each "Detectable Warning Surface ", per square foot. 8 -20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8 -20.1 Description Section 8 -20.1 is replaced with the following: ( * * * * * *) Work includes furnishing and installing all materials necessary to provide: 1. Illumination system along S 312th St from 24th Ave S to Steel Lake Park east entrance. 2. RRFB modifications at the midblock crossing located on S 312th St, near Steel Lake Park east entrance. 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. The work involves, but shall not be limited to, the following: 1. Solar powered RRFB system 2. RRFB pole foundations 3. RRFB pole relocations 4. Junction boxes 5. Conduit and wire 6. Irrigation controller power connection in existing electrical service cabinet 7. Directional boring under sidewalk and driveway 8. LED Luminaires 9. Luminaire poles and foundations 8- 20.1(1) Regulations and Code Section 8- 20.1(1) is supplemented with the following: (March 13, 2012 City of Federal Way) Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -113 SPECIAL PROVISIONS 8- 20.1(2) Industry Codes and Standards The following is added at the end of the first paragraph of this section: (March 13, 2012 City of Federal Way) National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855 -1331. 8 -20.2 Materials Section 8 -20.2 is supplemented with the following: (March 13, 2012 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 1 1 1 1 1 1 1 1 1 The first paragraph is deleted and replaced with the following: (January 26, 2012 City of Federal Way) Within one (1) week following the pre- construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. Section 8- 20.2(1) is supplemented with the following: ( * * * * * *) Shop drawing for lighting standards shall be provided in an electronic format (AUTOCAD), as well as complying with Section 6- 03.3(7). Manufacturer's technical information shall be submitted for all poles, luminaires, wire, conduit, junction boxes, control equipment, cabinets, video detection system and all other items to be used on the Project. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. Final ground and roadway cross sections at the locations of the standards shall be submitted for approval along with the shop drawings. A material staging plan, should the Contractor propose Contracting Agency -owned property for staging areas, should be submitted before any materials are allowed on that site. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -114 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS Manufacturer's data for all materials proposed for use in the contract which require approval shall be submitted in one complete package. All shop drawings for luminaire poles shall be stamped by a State of Washington registered Civil or Structural Engineer. The Engineer shall have 14 calendar days to review information for each submittal that is made. The actual time required for approval is dependent upon the completeness and appropriateness of the Shop Drawings as submitted. Any deficiencies will require additional time for approval based on the degree of the deficiency and the additional review time required. If the Shop Drawings are returned to the Contractor to correct deficiencies, an additional 14 calendar days may be required for the approval process. Approval of shop drawings does not constitute final acceptance or guarantee of the material, but is solely to assist the Contractor in providing the specified materials. 8 -20.3 Construction Requirements 8- 20.3(1) General Section 8- 20.3(1) is supplemented with the following: (November 14, 2014 City of Federal Way) Delivery of Removed Items The Engineer shall decide the ownership of all salvaged signal materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall become the property of the Contractor, except the existing controller cabinet and all its contents shall remain as property of the City. 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -115 SPECIAL PROVISIONS 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 I 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. 3. Remove abandoned conduit encountered during excavation to the nearest outlets or as directed by the Engineer. 4. Remove foundations entirely, unless the Plans state otherwise. a. Backfill voids created by removal of foundations and junction boxes. 1 b. Backfilling and compaction shall be performed in accordance with Section 2 -19 09.3(1)E. 8- 20.3(2) Excavating and Backfilling Section 8- 20.3(2) is supplemented with the following: (January 8, 2013 City of Federal Way) The Contractor shall supply all trenching necessary for the complete and proper installation of I the RRFB system, 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 1 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 t existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 58 -22 , or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9 -04.2. 3. Trenches for Schedule 40 PVC conduits to be located within the right -of -way and outside the traveled way shall be backfilled with bedding material two inches (2 1) I 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. 4. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch and /or sod if necessary to restore the trench area to its prior condition. 5. Contractor shall use joint trench where possible. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -116 1 SPECIAL PROVISIONS Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8 ") layers with each layer compacted to ninety -five percent (95 %) of maximum density in traveled ways, and ninety percent (90 %) of maximum density elsewhere at optimum soil moisture content. Bank Run Gravel for Trench Backfill shall conform to Section 9 -03.19 of the Standard Specifications. Gravel Backfill for Pipe Zone Bedding material shall conform to Section 9- 03.12(3) of the Standard Specifications. All trenches shall be properly signed and /or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. (* * * * * *) Underground utilities of record are shown on the construction plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction plans. The location of existing underground utilities, when shown on the plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the plans. The Contractor shall be responsible for potholing for conflicts with underground utility locations prior to determining exact locations of signal and luminaire pole foundations, 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. Excavation for foundations shall be completed by vactor excavation. This excavation shall be incidental to the signal or illumination bid items. 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: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -117 SPECIAL PROVISIONS 1. Contact the Engineer and determine if there is an alternative location for the foundation, junction box, vault or conduit trench. 2. If an adequate alternate location is not obvious for the underground work, select a location that may be acceptable and pothole to determine the exact location of other utilities. Potholing must be approved by the Engineer. 3. If an adequate alternate alignment still cannot be identified following potholing operations, the pothole area should be restored and work in the area should stop until a new design can be developed. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner. 8- 20.3(4) Foundations Section 8- 20.3(4) is supplemented with the following: (* * * * *) Foundations for luminaire and RRFB poles shall be constructed using vactor excavation method and with the use of sonotube or steel culvert. Foundations for luminaire poles shall conform to City of Federal Way Drawing Number 3 -39 except use round 3' diameter foundation and concrete class shall be 4000P. Foundations for RRFB poles shall be per WSDOT Standard Plan J -20.11 and J -21.10 except anchor bolt circle pattern shall match existing anchor bolt configuration. RRFB bolt configuration to be verified in the field prior to foundation construction. 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. The void between the foundation and the pole flange shall be no larger than 4 inches and shall be completely filled around the conduit(s) with dry pack mortar and neatly troweled. A plastic drain, 1/2 inch diameter, shall be placed in the mortar to provide drainage from the interior of the pole to the exterior. The plastic drain pipe shall be neatly trimmed flush with the surfaces. For additional foundation and soils information see geotechnical report in the appendix of these Special Provisions. 8- 20.3(5) Conduit 8- 20.3(5)A General Section 8- 20.3(5)A is supplemented with the following: (* * * * * *) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -1 18 1 SPECIAL PROVISIONS All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner /type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner /type abbreviations are: City Spare — City spares Cobra — COBRA luminaire system All conduit installed underground shall have polyethylene underground hazard marking tape, 6 inches wide, red, legend "Caution- Electric Line Buried Below," placed approximately 12 inches above the conduit. 8- 20.3(5)E3 Boring Section 8- 20.3(5)E3 is supplemented with the following: (October 16, 2006 WSDOT NWR) 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 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -119 SPECIAL PROVISIONS Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right -of -Way Accessibility Guideline (PROWAG). Approved products are: 1.) Mebacl (their most aggressive surface) manufactured by IKG Industries 2.) SIipNOT Grade 3- coarse manufactured by W.S. Molnar Company. Approved slip resistant surfaces shall have coefficient of friction of no Tess than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. 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. Types 1 and 2 streetlight junction box lids shall be welded shut after final inspection and approval by King County. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Wiring shall be replaced for full length if sufficient slack as specified in Section 8- 20.3(8) is not maintained. No splicing will be permitted. Junction boxes Type 1 and 2 shall meet the requirements of WSDOT Standard Plan J- 40.10. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan J- 40.30. Junction box lids and frames shall be grounded per Section 8- 20.3(9). 8- 20.3(8) Wiring Section 8- 20.3(8) is modified as follows: (March 6, 2012 City of Federal Way) The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss /lighting connector kits. Installation shall conform to details in the Standard Plans. Section 8- 20.3(8) is supplemented with the following: (March 13, 1995 WSDOT NWR) Wire Splices All splices shall be made in the presence of the Engineer. (May 1, 2006 WSDOT NWR) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -120 SPECIAL PROVISIONS Illumination Circuit Splices Temporary splices shall be the heat shrink type. 8- 20.3(9) Bonding, Grounding 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 Tugs. 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. (August 21, 2006 WSDOT NWR) Junction Box Grounding Where shown in the Plans or where designated by the Engineer, the metal frame and lid of existing junction boxes shall be grounded to the existing equipment grounding system. The existing equipment grounding system shall be derived from the service serving the raceway system of which the existing junction box is a part. 8- 20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets Section 8- 20.3(10) is supplemented with the following: ( * * * * * *) The existing electrical service cabinet located at S 312th St & 23rd Ave S shall remain operational throughout the duration of construction. New wiring for irrigation controller power shall be installed per the Plans and these Special Provisions. Wiring shall be per the Plans and shall be connected to one existing spare 120V circuit breaker to power the irrigation controller. The Contractor shall coordinate all work with the King County Maintenance Representative prior to electrical service circuit modifications. 8- 20.3(13) Illumination Systems 8- 20.3(13)A Light Standards The 8th paragraph of this section is deleted and replaced with the following: (March 15, 2012 City of Federal Way) All new and relocated metal light standards shall be numbered per City of Federal Way Development Standard Drawing number 3 -39B. Section 8- 20.3(13)A is supplemented with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -121 SPECIAL PROVISIONS ( * * * * * *) Each roadway luminaire shall be installed with a shorting cap on each individual luminaire fixture. 8- 20.3(13)C Luminaires Section 8- 20.3(13)C is supplemented with the following: ( * * * * * *) All luminaires shall be provided with markers for positive identification of light source type and wattage. Markers shall conform to ANSI C136.15 -2011 "American National Standard for Roadway and Area Lighting Equipment — Luminaire Field Identification" 8- 20.3(14) Signal Systems Section 8- 20.3(14) is supplemented with the following: (* * * * * *) All existing RRFB equipment shall be removed from the existing RRFB signal pole prior to relocation of the RRFB signal pole, except RRFB signs shall remain or shall be adjusted. All new RRFB equipment shall be mounted on existing relocated poles per manufacturer's recommendations or as directed by the Engineer in the field. All existing RRFB pole modifications shall be verified with the Engineer in the field prior to installing new RRFB equipment. All existing RRFB signs shall be wiped cleaned once the relocation of the RRFB signal poles has been completed. All existing RRFB equipment, poles and bases to be relocated shall be protected during construction. All unused holes shall be covered with galvanized steel plugs. 8- 20.3(14)F Pedestrian Push Button Assembly Add the following new Section: (* * * * * *) The position and orientation of the pedestrian push buttons shall be determined by the Engineer in the field. The pedestrian push button shall have voice message indicating that lights are flashing. 8- 20.3(17) "As Built" Plans Section 8- 20.3(17) is deleted and replaced with the following: (* * * * * *) Upon completion of the project, the Contractor shall furnish an "as- built" drawings of the project showing all RRFBs, pole locations, junction boxes, illumination system showing luminaire locations, miscellaneous equipment, conductors, cable wires up to the existing City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -122 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS service 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- 20.3(18) Removal of Existing Electrical Equipment Add the following new Section: (* * * * * *) Where noted on the Plans, existing signal equipment shall be removed by the Contractor. The Engineer shall decide the ownership of all salvaged signal equipment materials. All salvaged signal materials not directed by the Engineer to remain property of the City shall be the property of the Contractor. All other material removed shall become the property of the Contractor and shall be disposed of off -site at a legal disposal site. Where junction boxes are removed, the conduit and wire shall also be removed to the bottom of the trench and the resulting hole backfilled with gravel borrow meeting the requirements of Section 9- 03.14(1), unless the Engineer has approved the use of native material. Removals associated with the electrical system shall not be stockpiled within the jobsite without the Engineer's approval. 8 -20.4 Measurement Section 8 -20.4 is replaced with the following: (* * * * * *) "Illumination System Modifications, Complete ", & "RRFB System Modifications, Complete" shall be per lump sum and no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete system to be furnished. 8 -20.5 Payment Section 8 -20.5 is deleted and replaced with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -09.1 for each of the following Bid Items: "Illumination System Modifications, Complete "; per lump sum. "Illumination System Modifications, Complete" shall be measured per lump sum for the total of all items for complete illumination system. All items and labor necessary to supply, install, and test: luminaire poles and arms, LED luminaires, excavation, foundations, conduit, wiring, junction boxes, connections with existing junction boxes, splicing to existing illumination circuit, trenching, directional boring, connecting irrigation controller cabinet to existing breaker, installing irrigation power wiring and conduit, backfiiling and compacting, restoring facilities destroyed or damaged during construction, salvaging existing materials, removal of existing conduit and wiring, utility coordination, testing, electrical inspection, as -built plans and all other components necessary to make a complete system shall be included within the lump sum measurement. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -123 SPECIAL PROVISIONS "RRFB System Modifications, Complete "; per lump sum. "RRFB System Modifications, Complete" shall be measured per lump sum for the total of all items for complete RRFB system. All items and labor necessary to supply, install, and test: installation of new RRFB equipment, removal and salvaging of existing RRFB equipment, relocation of existing RRFB poles, excavation, constructing foundations, conduit, wiring, junction boxes, trenching, backfilling and compacting, RRFB foundation grinding or removal, restoring facilities destroyed or damaged during construction, salvaging existing materials, removal of existing conduit and wiring, testing, electrical inspection, as -built plans and all other components necessary to make a complete system shall be included within the lump sum measurement. 8 -21 PERMANENT SIGNING 8 -21.1 Description Section 8 -21.1 is deleted and replaced with the following: (March 13, 2012 City of Federal Way) This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installation and removal, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. Signs to be removed as shown on the Plans, shall be returned to the Owner. 8 -21.3 Construction Requirements 8- 213(2) Placement of Signs Section 8- 21.3(2) is supplemented with the following: (December 18, 2009 City of Federal Way) The City of Federal Way, 253 - 835 -2744, shall be contacted within 2 working days of completion of the permanent signing installation to inspect, inventory, and log all new and relocated signs. Other Signs: Refer to the currently adopted version of the Manual on Uniform Traffic Control Devices (MUTCD) with Washington State Supplements. Signs to be removed as shown on the Plans, shall be returned to the Owner. 8 -21.4 Measurement Section 8 -21.4 is deleted and replaced with the following: (December 18, 2009 City of Federal Way) Permanent signing will be measured per lump sum for the total of all items for complete signage to be furnished and installed. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -124 SPECIAL PROVISIONS Measurement will be for the sum total of all items including labor, materials, tools, and equipment necessary to the furnishing and installing permanent signing, sign removal, and sign relocation. Sign covering shall be incidental to other bid items and shall not be measured. 8 -21.5 Payment (Special Provision) Section 8 -21.5 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: "Permanent Signing ", per lump sum This work shall consist of furnishing and installing permanent signing, sign removal, sign relocation, and the project sign installations and removals, in accordance with the Plans, these Specifications, the Standard Plans, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. 8 -22 PAVEMENT MARKING 8 -22.1 Description Section 8 -22.1 is supplemented with the following: (December 18, 2009 City of Federal Way) Pavement markings shall conform to City of Federal Way Standard Details. Profiled and plastic lines shall conform to the pattern as shown on WSDOT Standard Plan M- 20.20 -01. 8 -22.2 Materials Section 8 -22.2 Sentence #3 is deleted and replaced with the following: (October 23, 2014 City of Federal Way) Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8 -22.2 is supplemented with the following: (October 23, 2014 City of Federal Way) Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9- 34.4. 8 -22.3 Construction Requirements 8- 22.3(3)E Installation Section 8- 22.3(3)E is supplemented with the following: (March 13, 2012 City of Federal Way) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -125 SPECIAL PROVISIONS Type D material must be applied using a two -part process in a single pass. The first process consists of spraying of catalyzed material to form a solid continuous baseline. The second process consists of extruding a curtain of catalyzed material onto a rotating spindle to create the structure or agglomerates. The structure is applied on top of the baseline prior to the application of reflective media. Profiled Type D lines shall be installed per WSDOT Standard Plan M20.20 -01. 8- 22.3(3)G Glass Beads Section 8- 22.3(3)G is supplemented with the following: (March 13, 2012 City of Federal Way) Glass beads shall be applied to Type D markings at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded core elements shall be applied to Type D markings at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. 8- 22.3(6) Removal of Pavement Markings (Special Provision) Section 8- 22.3(6) is supplemented with the following: (December 13, 2012 City of Federal Way) As indicated on the plans, the Contractor shall remove existing pavement markings consisting of paint, plastic and raised pavement markings. 8 -22.4 Measurement Section 8 -22.4 is supplemented with the following: (December 13, 2012 City of Federal Way) Measurement for the removal of all pavement markings will be per lump sum. 8 -22.5 Payment (Special Provision) Section 8 -22.5 is supplemented with the following: ( * * * * * *) Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Remove Pavement Markings ", per lump sum. "Plastic Line ", per linear foot. "Plastic Crosswalk ", per linear foot. "Painted Bicycle Lane Symbol ", per each. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -126 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS 8 -31 RESOLUTION OF UTILITY CONFLICTS (Special Provision) Section 8 -31 is a new section: 8 -31.1 Description This work involves the identification and resolution of utility conflicts not identified in the plans between proposed improvements and existing utilities. The Contracting Agency will pay these costs by force account if the work proves to be acceptable and the Contractor had performed the work with the authority of and due notice to the Engineer. 8 -31.3 Construction Requirements The contracting agency may direct the Contractor to pothole existing utilities to verify the field location and depth. Potholing shall include excavation and backfilling of the existing utility, identification of the pipe or line size, material type and condition and the survey work to locate the facility horizontally and vertically. Survey information to be obtained shall include station and offset to center of utility and elevation at top of utility. Stations, offsets and elevations shall be to the nearest 0.1 foot unless greater accuracy is required. Potholes shall be backfilled with CSBC compacted to 95 %, or with CDF, as directed by the Engineer. In areas subject to public traffic, the HMA patch shall match the depth of the surrounding pavement. In the event that a conflict arises between the proposed improvements and an existing utility, the Resolution of Utility Conflicts item will compensate the Contractor for standby time and additional work in the following manner: 1. Standby time resulting from existing utility conflicts a) Standby time is defined as time the Contractor is unable to proceed with progression of a specific work item (i.e. storm drainage, underground utility installation etc.) due to conflicts with existing facilities. However, payment for standby time shall be limited to: (1) For each agreed upon conflict, a maximum of four (4) hours of standby time will be paid for actual delay of labor and equipment due to a utility conflict. The Contractor shall be responsible to adjust his work schedule and /or reassign his work forces and equipment to other areas of work to minimize standby time. (2) If the conflict is resolved within one (1) hour of notification to the Engineer, no standby time will be paid. 2. Additional work required to resolve utility conflicts will be paid for at the bid unit prices for the associated work. Work that can be measured and paid for at the unit contract prices shall not be identified as force account work. This work includes but is not limited to: (1) Storm drainage manhole, pipe, vault, and conduit realignments of line and /or grade for the storm drain and undergrounding of overhead utilities, to avoid existing utility conflicts. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -127 SPECIAL PROVISIONS (2) Additional storm drainage manholes, pipe, vaults, and conduit required by a change in alignment, and /or grade, not exceeding the limits set in section 1 -04.4 of the Standard Specifications. 8 -31.4 Vacant 8 -31.5 Payment Payment will be made in accordance with Section 1 -04.1 for the following bid items when included in the proposal: "Resolution of Utility Conflicts" will be paid by force account as provided in section 1 -09.6. "Potholing ", will be paid by force account as provided in Section 1 -09.6. All costs for resolving utility conflicts and potholing will be paid for by force account in accordance with section 1 -09.6. To provide a common proposal for all bidders, the Contracting Agency has estimated the amount for "Resolution of Utility Conflicts" and "Potholing" and entered the amounts in the proposal to become a part of the total bid by the Contractor. Utility conflicts due to the Contractor's actions or operations shall be resolved by the Contractor at no expense to the Contracting Agency. END OF DIVISION 8 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -128 SPECIAL PROVISIONS DIVISION 9 MATERIALS 9 -03 AGGREGATES 9 -03.12 Gravel Backfill (Special Provision) ( * * * * * *) 9- 03.12(6) Pit Run Sand Section 9- 03.12(6) is a new section: Sieve Size Percent Passing 3/8" square 100 U.S. No. 4 90 Sand Equivalent 30 minimum 9- 03.14(3) Common Borrow (Special Provision) 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 extend 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 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -129 SPECIAL PROVISIONS U.S. No. 4 U.S. No. 40 U.S. No 200 50 - 80 50 max. 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. 9 -13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS Section 9 -13 is supplemented with the following: 9 -13.8 Rock Lining ( * * * * * *) Rock lining shall meet the following requirements for grading: Sieve Size Percent Passing 12" 8" 2" 100 40 max. 2 max. 9 -14 EROSION CONTROL AND ROADSIDE PLANTING 9- 14.1(1) Topsoil Type A 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) Compost 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 characteristic of Topsoil Type A shall comply with the following: Screen Size 7/16" Maximum City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -130 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS (Approximate Particle Size) Total Nitrogen 0.25% Minimum Organic Matter 10% Minimum pH Range 5.5 to 7.5 Conductivity 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 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: Seeded Lawn Mix 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 11', 'Prelude 11', Palmer /l', `Commander' 30% 95% 90% Apply at manufacturer's recommended rate. 9 -14.3 Fertilizer 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(3) Bark or Wood Chips Section 9- 14.4(3) is supplemented with the following: ( * * * * * *) City of Federal Way Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -131 RFB 17 -002 SPECIAL PROVISIONS Bark 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 no 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 Section 9- 14.6(2) is supplemented with the following: ( * * * * * *) Plant material shall be free from disfiguring knots, swollen grafts, sunscale injuries, bark abrasions, evidence of improper pruning or other objectionable disfigurement. Potted and container stock shall be well rooted and vigorous enough to ensure survival and healthy growth. Shrubs shall have full foliage (not leggy). Container stock shall be grown in its delivery container for not less than six (6) months, but not for more than two (2) years. Root bound or broken containers will not be accepted. Bare root, liner and root stock with dried or shriveled roots from exposure will not be accepted. Trees will be provided with untapped, straight, single leaders, except for multiple stem (clump) trees. Trees shall have full crowns and balanced branching. 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 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 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 1 Section 9- 14.6(4) is supplemented with the following: 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ( * * * * * *) All plant material except ground cover 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -132 1 1 1 1 SPECIAL PROVISIONS 9- 14.6(5) Inspection (Special Provision) 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 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 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- 14.6(8) Sod Section 9- 14.6(8) is supplemented with the following: ( * * * * * *) Sod Lawn shall be three -way Tall Fescue Blend Sod, 33.33% Firecracker LS Tall Fescue, 33.33% Spyder LS Tall Fescue, 33.33% Raptor II Tall Fescue with degradable netting, or approved equal. 9 -14.7 Stakes, Guys, and Wrapping 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 -14.9 Root Barrier 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. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -133 SPECIAL PROVISIONS 9 -15 IRRIGATION SYSTEM 9 -15.1 Pipe, Tubing And Fittings Section 9 -15.1 is supplemented 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- 15.1(2) Polyvinyl Chloride Pipe And Fittings Section 9- 15.1(2) is supplemented with the following: ( * * * * * *) PVC pipe shall be Schedule 40 PVC pipe for the main, laterals and sleeves (purple non - potable pipe for lateral and mainlines). 9 -15.5 Valve Boxes And Protective Sleeves Section 9 -15.5 is supplemented with the following: ( * * * * * *) Valve boxes for automatic control valve with extensions as necessary and bypass assemblies 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 quick coupler shall be light duty HDPE with UV inhibitors, 10" diameter flared box with bolt down cover. 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, 8,0001bs. Box shall be alkaline, acid and weather resistant, with flush locking polymer concrete cover. Verify size to fit Double Check Valve Assembly. 9 -15.6 Gate Valves (Special Provision) 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 stem, solid wedge disc and integral seats. 9 -15.8 Quick Coupling Equipment Section 9 -15.8 is supplemented with the following: ( * * * * * *) City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -134 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 SPECIAL PROVISIONS Quick coupling valves shall be two piece brass body design, with corrosion resistant steel springs. The quick coupler shall be rated for 5 to 125psi, 10 -125 GPM, with non - potable purple, locking, thermoplastic cover. 9 -15.17 Electrical Wire And Splices Section 9 -15.17 is supplemented with the following: Electrical Wire shall be #14 OF wire. Direct bury splice kits shall be premium moisture - resistant connectors, max wire gauge 10AWG minimum wire gauge 18AWG, flame retardant. 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. Galvanizing repair paint requirements for conduit couplings shall also apply to end bushings. 9 -28 SIGNING MATERIALS AND FABRICATION 9 -28.8 Sheet Aluminum Signs Section 9 -28.8 table is deleted and replaced with the following: (January 8, 2013 City of Federal Way) 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: ( * * * * *) 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: 9 -28.12 Reflective Sheeting (Special Provision) Section 9 -28.12 is supplemented with the following: (* * * * * *) All roadside mounted signs shall use High Intensity Encapsulated Lens sheeting. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -135 SPECIAL PROVISIONS 9 -28.14 Sign Support Structures 9- 28.14(1) Timber Sign Posts Section 9- 28.14(1) is supplemented with the following: (December 18, 2009 City of Federal Way) All ground- mounted sign posts shall use pressure treated hem -fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two -way plumb. 9- 28.14(2) Steel Structures and Posts Section 9- 28.14(2) is supplemented with the following: (December 18, 2009 City of Federal Way) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. 9 -29 ILLUMINATION, SIGNAL, ELECTRICAL 9 -29.2 Junction Boxes, Cable Vaults and Pull Boxes 9- 29.2(1)A Standard Duty Junction Boxes Section 9- 29.2(1) is supplemented with the following: (January 7, 2013 WSDOT GSP) 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. 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 stainless steel weld bead. 9 -29.6 Light and Signal Standards Section 9 -29.6 is supplemented with the following: (December 18, 2009 City of Federal Way) Light Standards Light standards shall be tapered round aluminum tube C -wall alloy 6063 satin brushed finish with Davit bracket arm, as shown in Federal Way Standard Detail 3 -39, except that luminaire mounting height shall be as shown on the Illumination Pole Schedule on the Plans. 9- 29.7(2) Fused Quick- Disconnect Kits Delete the second paragraph and replace with the following: City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -136 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SPECIAL PROVISIONS Illumination fuses shall be slow burn, rated 10 amps. Section 9- 29.7(2) is supplemented with the following: (March 13, 2012 City of Federal Way) Fused quick- disconnect kits shall be of the SEC type. Underground illumination splices shall be epoxy or underground service buss /light connector kits. Installation shall conform to details in the Standard Plans. 9- 29.10(3) Vacant Section 9- 29.10(3) is deleted and replaced with the following: 9- 29.10(3) LED Roadway Luminaires ( * * * * *) All new roadway luminaire installations shall be LED luminaires. 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. Wattage and spacing shall be per the Plans. The Contractor shall provide computer printouts of the systems for multiple roadway widths in order to substantiate the performance levels. (July 14, 2015 City of Federal Way) 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. (March 15, 2012 City of Federal Way) Units shall incorporate the following features: 1. A housing capable of being mounted on a standard 2 -inch roadway pole pipe tenon. 2. A housing manufactured from a die -cast low copper alloy aluminum designed to minimize corrosion. 3. Electrical components accessible through a swing -down entry door secured by a trigger latch or similar tool -less entry mechanism. 4. Resistance to vibration and impact. 5. Provisions for installing a photoelectric cell or shorting cap, whichever is required. 6. An LED light engine protected from the elements by a prismatic glass lens. 7. A thermal management system that promotes maximum air flow through the luminaire to ensure a minimum of 60,000 hours of operation at 25 degree centigrade with no appreciable loss of lumen output. 8. Protection against solar heating when not in operation. 9. Dark sky optics. 10. Glass tertiary optics that will not discolor or become brittle over time. 11. Sealed optics system rated for IP66 against water and dirt infiltration. 12. Surge protection module to protect the LED drivers, photo controls, transfer switches, and relays from electrical disturbances as defined by ANSI /IEEEC62.41, Category C. The unit shall be replaceable through the use of modular plug and wiring. 13. Solid state multi volt electrical drivers with a rated life of 50,000 hours. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -137 SPECIAL PROVISIONS 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 U11598 specifications for wet operation. 9- 29.11(2) Photoelectric Control Section 9- 29.11(2) is supplemented with the following: ( * * * * * *) All new luminaires shall have shorting caps installed. 9 -29.22 Vacant Section 9 -29.22 is deleted and replaced with the following: 9- 29.10(3) Rectangular Rapid Flashing Beacon (RRFB) Equipment ( * * * * * *) The RRFB assembly, per pole, shall include one control cabinet, two light bars with confirmation lights, two solar panels (top mount and side mount), one 35AH battery, and one RRFB APS style pedestrian push button assembly. The rapid rectangular flashing beacons (RRFB) assembly lights and controller shall be model Solar Powered SC315 by Carmanah. The rapid rectangular flashing beacon (RRFB) APS style pedestrian push button assemblies shall be Model -X by Polara. APS Push Style Pedestrian Push buttons shall be black in color with one 9" x 12" R10 -25 sign (PUSH BUTTON TO TURN ON WARNING LIGHTS), and shall have a voice message indicating that the RRFB lights are flashing. SECTION 9 -34, PAVEMENT MARKING MATERIAL 9- 34.3(4) Type D — Liquid Cold Applied Methyl Methacrylate Section 9- 34.3(4) is supplemented with the following: (March 13, 2012 * * * * * *) The methyl methacrylate (MMA) material shall be formulated as a long -life durable pavement marking system capable of providing a minimum of two years of continuous performance. The material shall be a catalyzed methyl methacrylate (MMA), wet - continuous reflective product and placed shall have a dry time (cure) to the touch of no more than 30 minutes. The material shall be capable of retaining reflective glass beads and ceramic micro - crystalline elements of the drop -on or spray -on type as specified by the manufacturer. The binder shall be lead free and suitable for bituminous and concrete pavements. 9 -34.4 Glass Beads for Pavement Marking Materials Section 9 -34.4 is supplemented with the following: (March 13, 2012 * * * * * *) Methyl Methacrylate Pavement Markings Optics City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -138 SPECIAL PROVISIONS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Glass Beads Surface -drop glass beads shall be the "Utah Blend" with a Methacrylate compatible coupling agent approved by the material manufacturer. Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. Bonded Core Elements Surface -drop ceramic elements shall be the Series 50M or 70M with a Methacrylate compatible coupling agent approved by the material manufacturer. Elements shall meet or exceed a minimum initial value of 150 mcd for white and 125 mcd for yellow per ASTM 2176. The bonded core reflective elements shall contain either clear or yellow tinted microcrystalline ceramic beads bonded to the opacified core. These elements shall not be manufactured using lead, chromate or arsenic. All "dry- performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 1.8 when tested using the liquid oil immersion method. All "wet performing" microcrystalline ceramic beads bonded to the core shall have a minimum index of refraction of 2.30 when tested using the liquid oil immersion method. There are two gradations for the bonded core elements, standard size and "S" series. "S" series is a slightly finer gradation of elements compared to standard. Element Gradations Mass Percent Passing (ASTM D1214) US Mesh Micron Standard Elements "S" Series 12 1700 80 -100 85 -100 14 1410 45 -80 70 -96 16 1180 5 -40 50 -90 18 1000 0 -20 5 -60 20 850 0 -7 0 -25 30 600 0 -7 A sample of bonded core reflective elements supplied by the manufacturer shall show resistance to corrosion of their surface after exposure to a 1% solution (by weight) of sulfuric acid. The 1% acid solution shall be made by adding 5.7 cc of concentrated acid into 1000cc of distilled water. CAUTION: Always add the concentrated acid into the water, not the reverse. The bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -139 SPECIAL PROVISIONS Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro - reflectometer. RL shall be expressed in units of millicandelas per square foot per foot - candle [mcd(ft- 2)(fc -1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet - recovery and ASTM E2176 for wet - continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD /M2 /LX for white pavement markings and 500 MCD /M2 /LX for yellow pavement markings and wet - recovery (as described by ASTM 2177) reflectance value of 375 MCD /M2 /LX for white pavement markings and 280 MCD /M2 /LX for yellow pavement markings, and wet - continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD /M2 /LX for white pavement markings and 125 MCD /M2 /LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). The Contractor will be required to take and record readings every 500 feet utilizing a 30 meter device approved by the Traffic Engineering Division. These readings shall be recorded on the daily report and submitted to the project engineer at the end of each work day or shift. Minimum Initial Retro Reflectance Values White Yellow Dry (ASTM E1710) 700 500 Wet recovery (ASTM E2177) 375 280 Wet continuous (ASTM E2176) 150 125 END OF DIVISION 9 City of Federal Way RFB 17 -002 Steel Lake Park to Downtown Trail BID DOCUMENT — April 2017 Page SP -140 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 APPENDIX A PREVAILING WAGES AND BENEFIT CODE KEY 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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: 4/24/2017 Count Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason 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 King Building Service Employees Traveling Waxer /Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- Scaffold) $24.54 5S 2F King Building Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $55.51 5D 4C King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers a Tenders Diver $108.77 5D 4C 8A King Divers 8 Tenders Diver On Standby $66.05 5D 4C King Divers a Tenders Diver Tender $59.88 5D 4C King Divers 8 Tenders Surface Rcv a Rov Operator $59.88 5D 4C King Divers Ft Tenders Surface Rcv a Rov Operator Tender $55.76 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1H King Drywall Tapers Journey Level $55.66 5P 1E King Electrical Fixture Maintenance Journey Level $27.99 5L 1E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $71.85 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $65.71 5A 4D Construction King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In- Factory Work Only $17.20 5B 1R Products King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1Y King Heat Et Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1E King Hod Carriers 8 Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1K King Inland Boatmen Cook $56.18 5B 1K King Inland Boatmen Deckhand $56.18 5B 1K 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 King Inland Boatmen Deckhand Engineer $57.26 5B 1K King Inland Boatmen Launch Operator $58.59 5B 1K King Inland Boatmen Mate $58.59 5B 1K King Inspection /Cleaning /Sealing Cleaner Operator, Foamer Operator $31.49 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Grout Truck Operator $11.48 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Technician $19.33 1 Of Sewer & Water Systems By Remote Control King Inspection /Cleaning /Sealing Tv Truck Operator $20.45 1 Of Sewer & Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $45.25 7A 31 King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper - paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $46.09 7A 31 King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean -up Laborer $45.25 7A 31 King Laborers Concrete Dumper /chute Operator $46.09 7A 31 King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers Concrete Saw Operator /core Driller $46.09 7A 31 King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking &t Moving (incl. Charred Material) $45.25 7A 31 King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator (hydraulic,diamond) $46.09 7A 31 King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Falter Et Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker Et Transit Person $46.66 7A 31 King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including Post Tension Beams $46.09 7A 31 King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker (level A) $46.66 7A 31 King Laborers Hazardous Waste Worker (level B) $46.09 7A 31 King Laborers Hazardous Waste Worker (level C) $45.25 7A 31 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 - mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman -dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete a Rock, Sandblast, Gunite, Shotcrete, Water Bla $46.09 7A 31 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 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 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 - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re- timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger /signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20 ") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air Et Gas Operated Tools $46.09 7A 31 King Laborers Tamper (multiple Et Self- propelled) $46.09 7A 31 King Laborers Timber Person - Sewer (lagger, Shorer Et Cribber) $46.09 7A 31 King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work- Compressed Air Worker 0 -30 psi $83.12 7A 31 King Laborers Tunnel Work- Compressed Air Worker 30.01 -44.00 psi $88.15 7A 31 N King Laborers Tunnel Work- Compressed Air Worker 44.01 -54.00 psi $91.83 7A 31 N. King Laborers Tunnel Work- Compressed Air Worker 54.01 -60.00 psi $97.53 7A 31 King Laborers Tunnel Work- Compressed Air Worker 60.01 -64.00 psi $99.65 7A 31 8Q, King Laborers Tunnel Work- Compressed Air Worker 64.01 -68.00 psi $104.75 7A 31 IQ King Laborers Tunnel Work- Compressed Air Worker 68.01 -70.00 psi $106.65 7A 31 i King Laborers Tunnel Work- Compressed Air Worker 70.01 -72.00 psi $108.65 7A 31 8D King Laborers Tunnel Work- Compressed Air Worker 72.01 -74.00 psi $110.65 7A 31 n, King Laborers Tunnel Work -Guage and Lock Tender $46.76 7A 31 n, King Laborers Tunnel Work -Miner $46.76 7A 31 in 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 Sewer General Laborer a Topman $45.25 7A 31 a Water King Laborers - Underground Sewer Pipe Layer $46.09 7A 31 a Water King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 King Landscape Construction Landscape Equipment Operators Or Truck Drivers $28.17 1 King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $55.51 5D 1H 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 King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Plasterers Journey Level $53.20 Z 1R King Playground a Park Equipment Journey Level $11.00 1 Installers 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 King Plumbers 8 Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $58.17 7A 3C 8P King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $55.21 7A 3C 8P King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and over $60.47 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $59.88 7A 3C 8P King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $55.21 7,4 3C 8P King Power Equipment Operators Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer /deck Winches (power) $58.17 7A 3C 8P King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D -9 & Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $55.21 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $58.17 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P King Power Equipment Operators Gradechecker /stakeman $55.21 7A 3C 8P 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. & Over $58.69 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $58.17 7A 3C 8P King Power Equipment Operators Horizontal /directional Drill Locator $57.72 7A 3C 8P King Power Equipment Operators Horizontal /directional Drill Operator $58.17 7A 3C 8P King Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $57.72 7A 3C 8P King Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under $55.21 7A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. & Over $59.28 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators $58.69 7A 3C 8P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $58.17 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Equipment Operators Rigger /Signal Person, Bellman (Certified) $57.72 7A 3C 8P King Power Equipment Operators Roltagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $57.72 7A 3C 8P King Power Equipment Operators Roto -mill, Roto - grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $57.72 7A 3C 8P King Power Equipment Operators Scrapers, Self - propelled: 45 Yards And Over $58.69 7A 3C 8P King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete /gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P King Power Equipment Operators $58.69 7A 3C 8P Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider if Screedman $58.69 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P King Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $58.69 7A 3C 8P King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler /driver - 100 Tons And Over $58.17 7A 3C 8P King Power Equipment Operators Truck Crane Oiler /driver Under 100 Tons $57.72 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Batch Plant Operator, Concrete $58.17 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Brokk - Remote Demolition Equipment $55.21 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer >* Water King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer a Water 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and over $60.47 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $59.28 7A 3C 8P Underground Sewer &t Water King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib . with attachments $59.88 7A 3C 8P Underground Sewer &t Water King Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $60.47 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $59.88 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $57.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Deck Engineer /deck Winches (power) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D -9 Et Under $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man lift: Permanent And Shaft Type $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco Et Similar Equipment $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Gradechecker /stakeman $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Horizontal /directional Drill Locator $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Horizontal /directional Drill Operator $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hydralifts /boom Trucks Over 10 Tons $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hydralifts /boom Trucks, 10 Tons And Under $55.21 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loader, Overhead 8 Yards. & Over $59.28 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $58.69 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $59.28 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer & Water 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 King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Oil Distributors, Blower Distribution Et Mulch Seeding Operator $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Overhead, Bri• • - Type 20 Tons Through • $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane Mount) $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger And Be Liman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger /Signal Person, Bellman (Certified) $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Or Materials $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roto -mill, Roto - grinder $58.17 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $58.17 7A 3C 8P Underground Sewer Et Water King $57.72 7A 3C 8P 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Power Equipment Operators- Scrapers - Concrete Et Carry All Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self - propelled: 45 Yards And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete /gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $59.88 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $59.88 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $60.47 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Transporters, All Track Or Truck Type $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler /driver - 100 Tons And Over $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler /driver Under 100 Tons $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Mount Portable Conveyor $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water 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 King Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers King Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $47.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $31.65 5A 4A Trimmers King Refrigeration at Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $39.40 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Journey Level $34.69 1 Pipefitters King Residential Refrigeration & Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1R Workers King Residential Soft Floor Layers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 5A 1M King Residential Terrazzo /Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H King Roofers Using Irritable Bituminous Materials $50.51 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding & Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding & Ship Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $41.09 7T 4B King Shipbuilding & Ship Repair Heat & Frost Insulator $65.68 5J 4H King Shipbuilding & Ship Repair Laborer $41.08 7T 4B King Shipbuilding Et Ship Repair Machinist $41.32 7T 4B King Shipbuilding Et Ship Repair Operator $41.03 7T 4B King Shipbuilding E Ship Repair Painter $41.05 7T 4B King Shipbuilding E Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding a Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding a Ship Repair Trucker $41.26 7T 4B King Shipbuilding & Ship Repair Warehouse $41.02 7T 4B King Shipbuilding & Ship Repair Welder /Burner $41.12 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers & Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Layers Journey Level $45.86 5,4 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site Surveyor $57.72 7A 3C 8P King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger /Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer I $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Heavy) $38.84 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator (Light) $36.09 5A 2B Outside King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside 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 King Telephone Line Construction - Television Groundperson $20.33 5A 2B Outside King Telephone Line Construction - Television Lineperson /Installer $27.21 5A 2B Outside King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble & Terrazzo Finisher $41.09 5A 1B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) $52.70 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $51.86 5D 3A 8L King Truck Drivers Dump Truck &Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA -Joint Council 28) $51.86 5D 3A 8L King Truck Drivers Other Trucks (W. WA -Joint Council 28) $52.70 5D 3A 8L King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers Benefit Code Key — Effective 3/3/2017 thru 8/30/2017 ***************************************************************************** * * * * * * * * * * * * * * * * * * * * * * * * * * * * * ** ON ertime 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. 1. 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 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. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one -half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one -half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 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 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. 3 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. I. 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 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 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 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. 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day. and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One -Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). 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 Washington State Department of Labor and Industries Policy Statement (Regarding the Production of "Standard" or "Non- standard" Items) Below is the department's (State L &I's) list of criteria to be used in determining whether a prefabricated item is "standard" or "non- standard ". For items not appearing on WSDOT's predetermined list, these criteria shall be used by the Contractor (and the Contractor's subcontractors, agents to subcontractors, suppliers, manufacturers, and fabricators) to determine coverage under RCW 39.12. The production, in the State of Washington, of non - standard items is covered by RCW 39.12, and the production of standard items is not. The production of any item outside the State of Washington is not covered by RCW 39.12. 1. Is the item fabricated for a public works project? If not, it is not subject to RCW 39.12. If it is. go to question 2. 2. Is the item fabricated on the public works jobsite? If it is, the work is covered under RCW 39.12. If not, go to question 3. 3. Is the item fabricated in an assembly /fabrication plant set up for, and dedicated primarily to, the public works project? If it is, the work is covered by RCW 39.12. If not, go to question 4. 4. Does the item require any assembly, cutting, modification or other fabrication by the supplier? If not, the work is not covered by RCW 39.12. If yes, go to question 5. 5. Is the prefabricated item intended for the public works project typically an inventory item which could reasonably be sold on the general market? If not, the work is covered by RCW 39.12. If yes. go to question 6. 6. Does the specific prefabricated item, generally defined as standard, have any unusual characteristics such as shape, type of material, strength requirements, finish, etc? If yes, the work is covered under RCW 39.12. Any firm with questions regarding the policy. WSDOT's Predetermined List, or for determinations of covered and non - covered workers shall be directed to State L &I at (360) 902 -5330. Supplemental to Wage Rates 1 03/02/2017 Edition, Published February 1St, 2017 WSDOT's Predetermined List for Suppliers - Manufactures - Fabricator Below is a list of potentially prefabricated items, originally furnished by WSDOT to Washington State Department of Labor and Industries, that may be considered non- standard and therefore covered by the prevailing wage law, RCW 39.12. Items marked with an X in the "YES" column should be considered to be non - standard and therefore covered by RCW 39.12. Items marked with an X in the "NO" column should be considered to be standard and therefore not covered. Of course, exceptions to this general list may occur, and in that case shall be evaluated according to the criteria described in State and L &I's policy statement. ITEM DESCRIPTION 2. 3. Metal rectangular frames, solid metal covers, herringbone grates. and bi- directional vaned grates for Catch Basin Types 1, 1 L, 1P, and 2 and Concrete Inlets. See Std. Plans Metal circular frames (rings) and covers, circular grates, and prefabricated ladders for Manhole Types 1, 2, and 3, Drywell Types 1, 2, and 3 and Catch Basin Type 2. See Std. Plans Prefabricated steel grate supports and welded grates, metal frames and dual vaned grates, and Type 1, 2, and 3 structural tubing grates for Drop Inlets. See Std. Plans. 4. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes smaller than 60 inch diameter. 5. Concrete Pipe - Plain Concrete pipe and reinforced concrete pipe Class 2 to 5 sizes larger than 60 inch diameter. 6. Corrugated Steel Pipe - Steel lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, 1 thru 5. YES NO X X 7. Corrugated Aluminum Pipe - Aluminum lock seam corrugated pipe for culverts and storm sewers, sizes 30 inch to 120 inches in diameter. May also be treated, #5. Supplemental to Wage Rates 2 03/02/2017 Edition, Published February 1st, 2017 ITEM DESCRIPTION YES NO Anchor Bolts & Nuts - Anchor Bolts and Nuts, for mounting sign structures, luminaries and other items, shall be made from commercial bolt stock. See Contract Plans and Std. Plans for size and material type. 9. Aluminum Pedestrian Handrail - Pedestrian handrail conforming to the type and material specifications set forth in the contract plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 10. Major Structural Steel Fabrication - Fabrication of major steel items such as trusses, beams, girders, etc., for bridges. 11. Minor Structural Steel Fabrication - Fabrication of minor steel Items such as special hangers, brackets, access doors for structures, access ladders for irrigation boxes, bridge expansion joint systems, etc., involving welding, cutting, punching and /or boring of holes. See Contact Plans for item description and shop drawings. 12. Aluminum Bridge Railing Type BP - Metal bridge railing conforming to the type and material specifications set forth in the Contract Plans. Welding of aluminum shall be in accordance with Section 9- 28.14(3). 13. Concrete Piling -- Precast - Prestressed concrete piling for use as 55 and 70 ton concrete piling. Concrete to conform to Section 9 -19.1 of Std. Spec.. 14. Precast Manhole Types 1, 2, and 3 with cones, adjustment sections and flat top slabs. See Std. Plans. 15. Precast Drywell Types 1, 2, and with cones and adjustment Sections. See Std. Plans. X X X X 16. Precast Catch Basin - Catch Basin type 1, 1 L, 1 P, and 2 With adjustment sections. See Std. Plans. X Supplemental to Wage Rates 03/02/2017 Edition, Published February 1st, 2017 3 ITEM DESCRIPTION YES NO 17. Precast Concrete Inlet - with adjustment sections, See Std. Plans 18. Precast Drop Inlet Type 1 and 2 with metal grate supports. See Std. Plans. 19. Precast Grate Inlet Type 2 with extension and top units. See Std. Plans 20. Metal frames, vaned grates, and hoods for Combination Inlets. See Std. Plans 21. Precast Concrete Utility Vaults - Precast Concrete utility vaults of various sizes. Used for in ground storage of utility facilities and controls. See Contract Plans for size and construction requirements. Shop drawings are to be provided for approval prior to casting 22. Vault Risers - For use with Valve Vaults and Utilities X Vaults. 23. Valve Vault - For use with underground utilities. See Contract Plans for details. 24. Precast Concrete Barrier - Precast Concrete Barrier for use as new barrier or may also be used as Temporary Concrete Barrier. Only new state approved barrier may be used as permanent barrier. 25. Reinforced Earth Wall Panels -. Reinforced Earth Wall Panels in size and shape as shown in the Plans. Fabrication plant has annual approval for methods and materials to be used. See Shop Drawing. Fabrication at other locations may be approved, after facilities inspection, contact HQ. Lab. 26. Precast Concrete Walls - Precast Concrete Walls - tilt -up wall panel in size and shape as shown in Plans. Fabrication plant has annual approval for methods and materials to be used x x Supplemental to Wage Rates 4 03/02/2017 Edition, Published February 1St, 2017 ITEM DESCRIPTION 27. Precast Railroad Crossings - Concrete Crossing Structure Slabs. 28. 12, 18 and 26 inch Standard Precast Prestressed Girder — Standard Precast Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 29. Prestressed Concrete Girder Series 4 -14 - Prestressed Concrete Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 30. Prestressed Tri -Beam Girder - Prestressed Tri -Beam Girders for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 31, Prestressed Precast Hollow -Core Slab — Precast Prestressed Hollow -core slab for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A. 32. Prestressed -Bulb Tee Girder - Bulb Tee Prestressed Girder for use in structures. Fabricator plant has annual approval of methods and materials to be used. Shop Drawing to be provided for approval prior to casting girders. See Std. Spec. Section 6- 02.3(25)A 33. Monument Case and Cover See Std. Plan. Supplemental to Wage Rates 03/02/2017 Edition, Published February 15t, 2017 ITEM DESCRIPTION YES NO 34. Cantilever Sign Structure - Cantilever Sign Structure fabricated from steel tubing meeting AASHTO -M -183. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 35. Mono -tube Sign Structures - Mono -tube Sign Bridge fabricated to details shown in the Plans. Shop drawings for approval are required prior to fabrication. 36. Steel Sign Bridges - Steel Sign Bridges fabricated from steel tubing meeting AASHTO -M -138 for Aluminum Alloys. See Std. Plans, and Contract Plans for details. The steel structure shall be galvanized after fabrication in accordance with AASHTO -M -111. 37. Steel Sign Post - Fabricated Steel Sign Posts as detailed in Std Plans. Shop drawings for approval are to be provided prior to fabrication X X X 38. Light Standard - Prestressed - Spun, prestressed, hollow concrete poles. X 39. Light Standards - Lighting Standards for use on highway illumination systems, poles to be fabricated to conform with methods and materials as specified on Std. Plans. See Specia X Provisions for pre- approved drawings. 40. Traffic Signal Standards - Traffic Signal Standards for use on highway and /or street signal systems. Standards to be fabricated to conform with methods and material as specified on Std. Plans. See Special Provisions for pre- approved drawings 41. Precast Concrete Sloped Mountable Curb (Single and DualFaced) See Std. Plans. X X X Supplemental to Wage Rates 6 03/02/2017 Edition, Published February 1st, 2017 ITEM DESCRIPTION YES NO 42. Traffic Signs - Prior to approval of a Fabricator of Traffic Signs, the sources of the following materials must be submitted and approved for reflective sheeting, legend material, and aluminum sheeting. NOTE: '"t't Fabrication inspection required. Only signs tagged "Fabrication Approved" by WSDOT Sign Fabrication Inspector to be installed 43. Cutting & bending reinforcing steel 44. Guardrail components 45. Aggregates /Concrete mixes 46. Asphalt 47. Fiber fabrics 48. Electrical wiring /components 49. treated or untreated timber pile 50. Girder pads (elastomeric bearing) 51. Standard Dimension lumber 52. Irrigation components X X Custom Std Message Signing Message X X X Custom Standard End Sec Sec Covered by WAC 296- 127 -018 Covered by WAC 296- 127 -018 X X X X X Supplemental to Wage Rates 7 03/02/2017 Edition, Published February 1St, 2017 ITEM DESCRIPTION 53. Fencing materials 54. Guide Posts 55. Traffic Buttons 56. Epoxy 57. Cribbing 58. Water distribution materials 59. Steel "H" piles 60. Steel pipe for concrete pile casings 61. Steel pile tips, standard 62. Steel pile tips, custom YES NO X X X X X X Prefabricated items specifically produced for public works projects that are prefabricated in a county other than the county wherein the public works project is to be completed, the wage for the offsite prefabrication shall be the applicable prevailing wage for the county in which the actual prefabrication takes place. It is the manufacturer of the prefabricated product to verify that the correct county wage rates are applied to work they perform. See RCW 39.12.010 (The definition of "locality" in RCW 39.12.010(2) contains the phrase "wherein the physical work is being performed." The department interprets this phrase to mean the actual work site. Supplemental to Wage Rates 8 03/02/2017 Edition, Published February 1st, 2017 WSDOT's List of State Occupations not applicable to Heavy and Highway Construction Projects This project is subject to the state hourly minimum rates for wages and fringe benefits in the contract provisions, as provided by the state Department of Labor and Industries. The following list of occupations, is comprised of those occupations that are not normally used in the construction of heavy and highway projects. When considering job classifications for use and / or payment when bidding on, or building heavy and highway construction projects for, or administered by WSDOT, these Occupations will be excepted from the included "Washington State Prevailing Wage Rates For Public Work Contracts" documents. • Building Service Employees • Electrical Fixture Maintenance Workers • Electricians - Motor Shop • Heating Equipment Mechanics • Industrial Engine and Machine Mechanics • Industrial Power Vacuum Cleaners • Inspection, Cleaning, Sealing of Water Systems by Remote Control • Laborers - Underground Sewer & Water • Machinists (Hydroelectric Site Work) • Modular Buildings • Playground & Park Equipment Installers • Power Equipment Operators - Underground Sewer & Water • Residential '`'' ALL ASSOCIATED RATES * ** • Sign Makers and Installers (Non - Electrical) • Sign Makers and Installers (Electrical) • Stage Rigging Mechanics (Non Structural) The following occupations may be used only as outlined in the preceding text concerning "WSDOT's list for Suppliers - Manufacturers - Fabricators" • Fabricated Precast Concrete Products • Metal Fabrication (In Shop) Definitions for the Scope of Work for prevailing wages may be found at the Washington State Department of Labor and Industries web site and in WAC Chapter 296 -127. Supplemental to Wage Rates 9 03/02/2017 Edition, Published February 1St, 2017 Washington State Department of Labor and Industries Policy Statements (Regarding Production and Delivery of Gravel, Concrete, Asphalt, etc.) WAC 296 - 127 -018 Agency filings affecting this section Coverage and exemptions of workers involved in the production and delivery of gravel, concrete, asphalt, or similar materials. (1) The materials covered under this section include but are not limited to: Sand, gravel, crushed rock, concrete, asphalt, or other similar materials. (2) All workers, regardless of by whom employed, are subject to the provisions of chapter 39.12 RCW when they perform any or all of the following functions: (a) They deliver or discharge any of the above - listed materials to a public works project site: (i) At one or more point(s) directly upon the location where the material will be incorporated into the project; or ( At multiple points at the project; or (iii) Adjacent to the location and coordinated with the incorporation of those materials. (b) They wait at or near a public works project site to perform any tasks subject to this section of the rule. (c) They remove any materials from a public works construction site pursuant to contract requirements or specifications (e.g., excavated materials, materials from demolished structures, clean -up materials, etc.). (d) They work in a materials production facility (e.g., batch plant, borrow pit, rock quarry, etc.,) which is established for a public works project for the specific, but not necessarily exclusive, purpose of supplying materials for the project. (e) They deliver concrete to a public works site regardless of the method of incorporation. (f) They assist or participate in the incorporation of any materials into the public works project. Supplemental to Wage Rates 10 03/02/2017 Edition, Published February 1st, 2017 (3) All travel time that relates to the work covered under subsection (2) of this section requires the payment of prevailing wages. Travel time includes time spent waiting to load, loading, transporting, waiting to unload, and delivering materials. Travel time would include all time spent in travel in support of a public works project whether the vehicle is empty or full. For example, travel time spent returning to a supply source to obtain another load of material for use on a public works site or returning to the public works site to obtain another Toad of excavated material is time spent in travel that is subject to prevailing wage. Travel to a supply source, including travel from a public works site, to obtain materials for use on a private project would not be travel subject to the prevailing wage. (4) Workers are not subject to the provisions of chapter 39.12 RCW when they deliver materials to a stockpile. (a) A "stockpile" is defined as materials delivered to a pile located away from the site of incorporation such that the stockpiled materials must be physically moved from the stockpile and transported to another location on the project site in order to be incorporated into the project. (b) A stockpile does not include any of the functions described in subsection (2)(a) through (f) of this section; nor does a stockpile include materials delivered or distributed to multiple locations upon the project site; nor does a stockpile include materials dumped at the place of incorporation, or adjacent to the location and coordinated with the incorporation. (5) The applicable prevailing wage rate shall be determined by the locality in which the work is performed. Workers subject to subsection (2)(d) of this section, who produce such materials at an off -site facility shall be paid the applicable prevailing wage rates for the county in which the off -site facility is located. Workers subject to subsection (2) of this section, who deliver such materials to a public works project site shall be paid the applicable prevailing wage rates for the county in which the public works project is located. [Statutory Authority: Chapter 39.12 RCW, RCW 43.22.051 and 43.22.270. 08 -24 -101, § 296- 127 -018, filed 12/2/08, effective 1/2/09. Statutory Authority: Chapters 39.04 and 39.12 RCW and RCW 43.22.270. 92 -01 -104 and 92 -08 -101, § 296- 127 -018, filed 12/18/91 and 4/1/92, effective 8/31/92.] Supplemental to Wage Rates 11 03/02/2017 Edition, Published February 1st, 2017 APPENDIX B WSDOT STANDARD PLANS 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 9) Em.-2 =s" (0 yc Q ao o 2 11w .-0 c 112 O G `p 0. • ! $2 ��t o - G .c atExz 8trU E . 7187g H m w 0 2. Refer to Standard Specification 9-05.16(2) for additional requirements. 021OdA0 VSfl :AS NMdil0 0 W co a O J 7 Ow W W N 0 410100.011.1•~071.711.0. 1112.11700 MO LA.. ,IlknalFrit fir140.1"tiiey.W.P.A. . .1001. S. al ., SHEET 1 OF 1 SHEET `4• i F. i -r .9 1 I .E w .E .S .s -4 .9 021OdA0 VSfl :AS NMdil0 0 W co a O J 7 Ow W W N 0 410100.011.1•~071.711.0. 1112.11700 MO LA.. ,IlknalFrit fir140.1"tiiey.W.P.A. . .1001. S. al ., SHEET 1 OF 1 SHEET FACE OF CURB =w 6 A 0123 Woad S3111VA . ggf of �g'ab lEll E$ O 15111 v W (0 o W 12 al • El O • du' m < W 0m • �2 u <0 0. W 0 W F W0 Q' 0 Z 0< Uz ZU 2U V it re EE 1— s O W Z < RC' 080 • o z _ °w 0 z EC a in L, Wi g �a 0.gW W d 2 ' O < < U F Z W a Y o£ W U E v2o 61 W UJ - W 2 = V 0 • < W ▪ ce 00 Q LL J 0 . 0 - . 3 CEMENT CONCRETE PEDESTRIAN CURB STANDARD PLAN F- 10.12.03 SHEET 1 OF 1 SHEET 1 1 3 0 0 1 1 Nd3d :AS NMVaO 1 1 1 1 1 F � uJ Z= ' 0 0. J g Ca F ' z UJ 0 �Z O 1 1 1 li' 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 co m t.. pp m C L y c� (p �0 c 0) m c 0) q d EEc o° g: EE o ` ° N o Q Y { 83 � C N W m N =� O we s E It �U ij�j .1 C y O C i")1 � m�i � c� � Eft �C7 N 9211 V .9 C Y� m .'t2 O C 3 (3 m `° =,§ r3-8 LI 8 0.E ga ag'e �UU ..FF ' c mE E8' .6 u3) Unto E>. 0 oCC u. O. 0 z r N O) R 6 c LL),(0 2 y th v U U ce £g U 11;4 go Uc C. m N E0Y U Um m X1 c0` 038.6 1- co() 6 DEPRESSED CURB AND GUTTER SLOPE IN EITHER DIRECTION 0 z W l Z W w J re gw 5 Um z w ~ a% 00 0.0 FN S 0 N OZ on. 00 z6 gU bW . N SS 00 ma gang CCM 00 00 wo oz Ow Uy W U N mtc Www CO.) -0 03w 000) rEZ Ua 1 U N U = Z <0 0 RR FACE OF CU 0 1NZ i W b .Qt° t. / ' 6w�sj C 0 Z...t.., t� N 1 m i E. w �4j W Zy W ¢t G7, 1 .F.w N WG X322 Ut2 W wO g O ` O m p co o V) U n Q FACE OF CURB GRADE BREAK ( a 0 N 0 00 00 TOP OF ROADWAY W 0 mw r~O z gW N - U, EQ 0a vm t z 0. O 6; w °z Oa 00 Q 2 m e U 0 0< W Z L10- mw ON b 1�30an N1334 :A9 NMVaa 2 5 z 0 U W H 0 0 reQ m U pw° N NO wz ON ME 0 1NZ i W b .Qt° t. / ' 6w�sj C 0 Z...t.., t� N 1 m i E. w �4j W Zy W ¢t G7, 1 .F.w N WG X322 Ut2 W wO g O ` O m p co o V) U n Q FACE OF CURB GRADE BREAK ( a 0 N 0 00 00 TOP OF ROADWAY W 0 mw r~O z gW N - U, EQ 0a vm t z 0. O 6; w °z Oa 00 Q 2 m e U 0 0< W Z L10- mw ON b 1�30an N1334 :A9 NMVaa 2 5 z 0 U W H 0 0 reQ m U pw° N NO wz ON O 0 E meu c 020 Yca � 153.: 3=8 _ c � a i Y p.N C W 4 O m .�pp mac iSIN C f00= m y m E° ?Aggo 074 w 22 N W l- !A z o 0) 0 a 2 c c S N N E 1,' a `o2 m Y 1m Ha See Standard Plana for sidewalk and curb ramp details. 2, == U O d fn wg 0, am w cn mma -o2 a m22 p4-' m E8rn Ei L5 L0 O C W T pie °E r62 m 9�B O0 2g 2'§ L0.0 z m p 0 V N N Li,41 w Oz Y m N Ninaretm "pr. SHEET 1 OF 1 SHEET MEDIAN CUT- THROUGH re NADTH OF CUT ISLAND CUT - THROUGH cc J N0 Me � J 0 U J _zca go <0 0 0 .xw 81 z d 0 0 W 0 1 0 U 0 0 W H TRUNCATED DOME DETAILS 0 z W W 2 W 2 ) 39 wp mW 0< WU- 00) 1130an Na3d :A6 NMdao 1 �0 Uz ow Uy SHARED -USE PATH CONNECTION PLACEMENT GUIDELINES ROAD CROSSING a H 0 w a fencing parallel to mapped contour lines. SILT FENCE STANDARD PLAN 1- 30.15 -02 0 APPROVED FOR PUBLICATION 0 \m q §2 � |§ ;B» __ :AB __ k ` ) q 22 0 q 111! il c V E g c r 2 c i g e � ci $ o g E gm m iI 8 co co_ 0 1 g8 a z 1_ 0d0 AS VSII 4A13 NMVtlO OVERFLOW BYPASS wi 3 SEDIMENT AND DEBRIS S z 0 0 0 O N z 0 4 z 0 !JI z z 0 SHEET 1 OF 1 SHEET 4 I I lit (9 310N 336) .9U6 of .9 s °Law! 2'i 1' Se 0 0 Zit TOP OF POST O 1 0 °o Vg -cc O U ° 0 z Uf w i 0 4� z D 0 cc 0 1- z w < WO 1— 0f�+ Z)2 O � l= g Oz oW cow O =0 0 ° 0 0. 2 F J 2 0 Z a cc N80 zcsecto- diE qR =s2 h a5 x mmi3, aw��O gag= 'LEER LC, Z 9 Q � zi (AF N w Z "' W WO Z W1'm d $ dim�w cow 4 -MD 13 I- 19 ,Iil wimi UIN 2 0 112 (IN) STEEL BASE PLATE 11 31ON 336 - .9 Sl-id .H. HO.0-.9 -.H. to ?w -a a a$ ww J 00 ?i ° = 2 8 D JOINT FILLER ant wz ._— 1 KLg �0 1730011 N7I3d :AB NMMUO w 1) W 0. J w 0 G z N m w a z O J W REINFORCING STEEL BENDING DIAGRAM DIMENSIONS ARE OUT TO OUT ( § 0 § ) / !q f §§ Liz o. S2 §§ Ag §g zo }} w§ (K IttO . PERSPECTIVE VIEW TYPE 1 SIGNAL STANDARD DETAILS ; \( P a i. §t ou ,__. :AEI __ TEMPLATE ANCHOR BO �z REINFORCING STEEL BENDING DIAGRAM \ DIMENSIONS ARE OUT TO OUT burr threads to prevent m CO = 0 0 c O N c N a a N 0 D 0 0 6 rn C m m rn :Go w {p N m 7 mm 5a vc o aai 0 z 0 z 2 r0 zr we so 0= w0 2" (IN) PVC STUBOUT TOP OF FOUNDATION z c o ad r —egg 111 dam z 5 t4- o x �u z a goz ILO z au' a 1— On' rr 02 2W O U� U' 2 0 z _ 0 O 2 W N ONVONVIS 40 114013H zl 01 11 SIGNAL STANDARD 3/4" (IN) CHAMFER UNPAVED FIXED BASE J d1J} 11- - .VLZ 0 6 0 2 0 63 w w w w Zre v O z 0 REINFORCING STEEL BENDING DIAGRAM STD. SPEC. 9-07.1(2) FOR BENDING DIAM. DIMENSIONS ARE OUT TO OUT 0 w 8 3/4" (IN) CHAMFER (TYP.) UNPAVED SURFACE 52 LL W a 0 O 0 0 z ❑ z 2 K zo wr U a8 WU 5 a 4 w w w a. a SIGNAL STANDARD 0 F U w M 81E L A h BASE PLATE DETAIL b H 1 114" (IN) ANCHOR PLATE z❑ 4 00 _a ow 7/8" (IN) DIAM, HOLE (TYP.) Sib 6 ❑ r 0 0 1-z 2Q 2 <X m ELECTRICAL CONDUIT J F 5 3 a 714" (IN) CHAM d r- SLIP BASE wvia J 1- (IN) DIAM. HOLE (TYP,) .OZL P H OW ECTRICAL CONDUIT z i SLIP -moan N233A A9 NMVlfa 'NM ❑ W z 0 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 th N N 1 daa6mm r 2_ m e 2. U7 .ay E - :_rg o lx L [ —.ay E 3 E yy U n E x n(5 O C D a L N ° 2. 2 Is C E Sg a .. s y E m ; N E n rn g L li B , l3 (5a_ c [!1 N o c mafi�3 L c p LL 't H > Yg2€ EE a C e E, 4 -2 EE=� m I •O 7(5 re- a Y a L H 2 O a N s C a o 3N,- Esx z N w' tc E c O N a o C Uo C a (5vEEz f 4 E 2 N c H �maO(5 € c- a 0 Eo x c a€ . S ; E� ti w m o = E a - N m e =gLLaYC 2 ON m 3 U1I (5 = N O'- a Nac G i0 2 `D l 6:4 C E� � V � (5,� >, t� m 3 m F Nt p0�1_ d y Cv N C : x N - ppi. E E 1/ L •y p m a W L of C a C N L L N g E y 20...4'2 p C ,G m N ;:c= E o N �^c� 2 E fj as 142 e �'" ai0 `o c - c - rn xod Inc - c N = a t my L R- N C da t Y 7 a C'+A 8 ai —2 07 ,it ; � Q -43 ON 6 !hi N N s. :9 E `i4 20" y€ a °a z g • m« N g f' U H �{{pp c y O ON gcOofL N.E N g. EaN CN C W a E g - N :4-e' '> V EE (5• a C �' a �a �m aV m w �iZ$ = rn 2 ni ei v ui ai �'l,H i e m (5 iE81 j42 co r; 1m of o JUNCTION BOX DIMENSION TABLE BOX TYPE 011111011 , ilill OBI REM [OUTSIDE LENGTH OF JUNCTION BOX OUTSIDE WIDTH OF JUNCTION BOX INSIDE LENGTH OF JUNCTION BOX INSIDE WIDTH OF JUNCTION BOX LID LENGTH LID WIDTH r- CAPACITY - CONDUIT DIAMETER =DOC CIO 3 mig cam oE(5 ° N $ > C N+L• N 5�� a E v i'i CNN CpW a N yNZ <O U .E ' Uyy (5 y c e L N s N Ufa xjL_ ao1e°� Ego gat xmy� :If* 5 bi-G m°=o°ip° E E =7.E• c F a •»e �8i; oucy c >.cg 7(0ci cum t w U ' 62 a E N C c N 4 (5y y) 2m ENd =a oE> pm pac8 a N p L U a(5 Nc (5 w qq•g(5(5 > lO Y EL`tq o yy a `o 01 0 aN = ErN (5 10 O Ia� O =(5 a.Q fi: (5 V N. -� COrj CO am 3220 O C ac E to rco .c o C' ` ° Ec_2 0E <.c> 0u-a= CV_ a a'.<41 8 077 B��H Vim__ O O �c �ritiy of N (1 C GROUND STUD (SEE NOTE 4) 3OS pp 1Q Equipment Grounding - B COUPLING NUT FOR ALTERNATIVE 2 - Q�F' y Conductor SEE DETAIL "E" ALTERNATIVE 2 t 112 MIN. ©d 0g. F 7,, iA © Copper SO)dedess 3/9' (IN) STEEL y 9118' 0 - UD SUPPORT P£ ORT (TYP ) - z fi t> �1 Crimp Connector COVER LIP PLATE (ryp,) (SEE NOTE 3) E" * `� O Equipment Bonding 3/S" (IN) • 3 " (IN) HEADED ANCHOR ' Jumper (See Note 6) 1 SHEAR STUD (TYP.) ap 'RS es20�d9 2'� O See Contract for conduit V _ WELDED WIRE c°�. ) STB 6t size and number FABRIC (TYP.) 'rIONAL 6� o (WWF) 4t4-W2 9.1A/2.9 (6 GAGE) (SEE NOTE 10) j�g� ricr.Tcd COVER MARKING DETAIL 'd'"' �/ +pr +s ib9 1 4n1 Y WELDED WIRE HOOP �-„. N, p - (TYP.) W2.9 (6 GAGE) LOCKING LID STANDARD _:::..r.____„).1 1 S-. P (SEE NOTE 10) DUTY JUNCTION BOX "' %'';e''" TYPES 1 S 2 ,� STANDARD PLAN J- 40.10-04 IIT CTVP i r-- } F..7t :'.. SHEET 1 OF 2 SHEETS fs �,'e* r..t?'�'i'.� APPROVED FOR PUBLICATION 4�'i�Od4�> < 1 /A' GEAR O nom' Cap,.. Jeff of 0 0/l % 7`DC .Apr 23 3016 3:12 PM SECTION OB tuoeonsale>a.®1 SEE NOTE W Wmhinybr 5300. 009 0011610011 M Tnlspor6vlion (CONDUITS NOT SHOWN) 3Sbf10O 324'840 d01 Mil M0'138 MUWWNM$I.1Z 1 1 r minx zm cc- w =6 nag am, ma atic 4.g Eg m 02tOdA3 VSl :AB NMVUO 0 LL 0 pmz 2 0 Z I- 0 1- -z t < o z)O V = O 00 J A m m In 30VdEl03MS li 3H1 M0138 ',immure .1$ Z8o J z z 0 W Jzd SHEET 2 OF 2 SHEETS Z 6 .ZhE 1X' LID LIFTING NOTCH (SEE NOTE 6) gr (SEE 611 (SEE NOTE 12) .vie .vrt LID LIFTING NOTCH - 114' (IN) • 314' (IN) oton OW 9 WI o 0 z Zzm 2 J O 3~ Z J 3 W 6 `134w 1 3/8" (IN) DIAM. HOLE 6w 20 < wa b A3 mt->c Zm�Z ?00 mzzuj ab 2 6009 S00W z m J LL s SHWA° Vsn AS NMVdO 5. N O D Z QW O2N W uuuuuu =111111 Fog 5g MZ 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 6) t v£ E m a�>, 23 . 3 m y 1 u_ a C MMYs 3oo o vi YY O V 87 a c E Y N E E.L.. m 8a a n 33 O D— �CQO ^'N N C N a m C H 0) c m v € V " > p N a �W m ° d7 Kt > O)nC Ol J c y«LN3Va. v a ° C °O w0 aj = ." z 1 ° ` y a�LL C 7 y D1� � — N O v, o`L cFt' t` v app C c m(JE74 g:En Ey L a cqn Ea c 7 m u c_ � 'E v a T, c m�acc �°- w 11.72 L a 16 C 7 O a N,�O c Ti. ,.c E 0 ▪ c . o. m a - 10 0 0= Qw c D E LNG' oam c�c O da� 2g.-5 2E y DC n m % t3 cL'r 2 mm O m R E N1E...g m N 8 m L D7 � > a pp C � .O Y LL a3 N a y c "a scE E7 D LL E a 7.3)1Z-07'05"6 O L ▪ m > >Tg�v a8 v m 9 g g >^ W @ m p 3 N in c v D a E O o ° 8 Z tV M COVER MARKING DETAIL SEE HINGE DETAIL w 6)0 z w 0 0 O 6 N C m uj m a c To t X y V N � Z N C o m c 0a • L N a H m o ui 0 C 0) C to aL am 7 a WR-a a X08 n v a ° 5 v) 0 C C d 8`C . '0 O 70 � O Z °�N x 06, E o' � m�> L� Em� tri N O • N Q C I a L 0/ E 0 0 -7 .. al N 8'0 - " o j C m O w rnaa ° -a ij9= EdW T U N Ol V C 3 0 n m N —o �a L d V1 aa'�n QE-8 W ' m z c”a C N C C V Um m N. N C E m m In c 8 2 (▪ f Si_ u c ▪ Q m a ami E C C m 6, c • Q E O R !E CO 120' 9 a • 8 V) CP, 05 08OJAO VSII AS NMV80 .9C LOCKING LID STANDARD DUTY JUNCTION BOX SHEET 1 OF 2 SHEETS TOP OF BASE COURSE TI GRS CONDUIT N • a E E E I. a U 0 8 C m S c 2 15 o O L 0 -5 m is py_ C Q a (2 C o b D E d m E m 0 "� c a E '� V 0 WO 00 w w°. 0m 0 O 000 N y O 0 .Z s s 30V8O 034808.13H1 M0138 VQIWINIW ,P Pdu3 !OMM 14045' .` co 0 z w 7 � Imo,' r � --- • �,- - — -- C IN 1 ' iii ill • 11(:) NOl1Y W1p3 IuaM 30lSM Z WZ 08OJAO VSII AS NMV80 .9C LOCKING LID STANDARD DUTY JUNCTION BOX SHEET 1 OF 2 SHEETS TOP OF BASE COURSE TI GRS CONDUIT N • a E E E I. a U 0 8 C m S c 2 15 o O L 0 -5 m is py_ C Q a (2 C o b D E d m E m 0 "� c a E '� V 0 WO 00 w w°. 0m 0 O 000 N y O 0 .Z s s 30V8O 034808.13H1 M0138 VQIWINIW ,P HINGE DETAIL HANDLE DETAIL \ V.471. � y/r 01= CLIC= -- -- oaodAO VSn :A8 NMVao BOLT PLATE CHANNEL EDGE OF SHOULDER O w CIRCULAR SAWCUT (T'P.) W 0 z af O J r J O 7 S i a mm E Tao �� 09 8 E ai $ c A H ! M mN .6$ `o LL C O O LL N LL N < u1 I0 0 io W 5 W W � N roq,5 1130011 MA4 :A8 NMVMO z a TYPE 3 ADVANCE LOOPS TYPE 3 STOP LINE LOOPS Atl • x1,3 m N .„U__ .tlr. 6'11911LbO3N1n t 3t VIQN 6i NM S. 3I0W TYPE 3 INDUCTION LOOP APPROVED FOR PUBLICATION Pasco Bakotich 1 r� 3 1I) b b z d ENTRANCE SAWCUT DETAIL TYPE 3 SAMPLING LOOPS K LGHPS TAMP 3111 11..7 701.10 7 2,014{1 0iSX/00.brYtiN Iofta.Y .1W iM z W g ✓ 0 z a D • (1 aZ M re W5. 0 )-a 0 -J TYPE 3 INDUCTION LOOP S O N z 5 0. o°c 1- VS SHEET 2 OF 3 SHEETS • ior OB. 41111, ..... r IIIP • f Lip . • 2C(SH) CABLE 1130011 N233d :AS WORM 3N11 dOlS 001 NZ 0 O TYPE 3 SAMPLING LOOP WIRING DIAGRAM PHASE NUMBER LANE NUMBER LOOP NUMBER MARKING DETAIL 41031011.00000100.003100400• 000100 ' 4WY11C4401wO r0Y0MI7.0001011PISWIM IA M 1 W 101111%1110 (Y l W YY bnMM A! M Oman TletNe0 1.1M11,00 ONRI.M10v 3 WM r1M VMIU S. 31077 TYPE 3 INDUCTION LOOP STANDARD PLAN J- 50.12 -00 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION K 0 0 Z N 3 3 3NV1 3NV1 (� RUOIM 1 3WY7 U11 3NV1 4100-13A NV1 3(10#43A 0 p 0 G. G. 0 0 w z z 5 C a u) I W 1130011 Ni13d AS NMVMO 3N11 dOLS 1- 1E. N bi TYPE 3A STOP LINE LOOP WIRING DIAGRAM 3N11 dOlS SERIES SPLICE SHOWN co yy 0 S 0$ `o w3 d$ S�_ g c £ G c Eli p E it cgpl m"�' ,� 0 0p y o -2 IC C E1 NO N W d a.. dUy a Ora Bo �yE mm O1em � �Ua prQ 2 6 o �. C C P. >UA S a o a o a 'O ac 0 ypap L U !0 a 33 —N -g g bfg yw am CO "$ gym o C .— So i.� � •� te a$ Q o 'u. m U) m o z N 6 Y 1n 313HON0O IN3W33 uJ HO 11VHdSV 40 H1d30 VAN .E- Nal.8/SZ iflOMV9 10 H1.130 I LAI 1.4 313i1ONO31N31130 2 U011VFWSYAOH1d30 0 -11111.11/9 Z 1f1OMVS d0 H1d30 m • F 6 �r �r 0- Q„ 02 02 a0 S0 00 LOOP LEAD -IN SAWCUT ..3 ,,, �«.,. 3a „9 a. . NOLLY �n. ..» 3an.,mrvo*y 4,uff33Hi ."'S,011,0111.11/0, 0at.,« 0�.3 , i►mws•aw�w11a fl PJO S WWIJn.mN ManMerme ranwnsmian+rcr.a :vav 0 LL 9 Ki 000 Z0 20 7U INDUCTION LOOP DETAILS 0 ay 3OV4dfS 03AVd 40 dOl 0 0 U W 0g z W6 rlw 0A 3 ci z �0 �S zm 2aa w re, 'NIW SHEET 1 OF 3 SHEETS APPROVED FOR PUBUCATION LEAD -IN CONDUIT SECTION z 0 y H w 0 w JUNCTION BOX PLACEMENT SEE NOTE S 0 •0 ,N - • O v C m� . m m la a� . 3 0 am o U c N c m 1 iL -c j NC y am o w o j 8 Q e 4> Q a e go m .c ac 8 ag E Z1 F w L_ C _ E 2 O • h 1@ > -y O N 0 F � ' P.-1 O { N s m y g p §E 0 a N gE= Eo3 cilf m g amm ii 74"f 3 al E mi 3� l f ct 3;10 2E N c l N Ca m ` b Vg mN -SYMil 40 IWT1111V670 31.5.10.1. U.0 S1 HOUV l9.1tl03W.10WIV PN1■33410,133IY uo3w.10001sui AVYWKI ruw 30.42 wMIINIMIVNi+Dr3WflrsO SON H O .J 9 W a 19 d w p Z O g^ LL Zd O O 12 F / ci Z DETAIL "A" NIW .8 SPLICE DETAIL -il/A kricyd = w 5 z 0 O 2 0 0 0 W Z 2 0 Oz 1- - x 7 zm Z a- 1 o p cp3 W U - W m 0 pJ a z < Fr Luce w w 3 Aga 0 �j N wga. N om x SO N N Ow0 qts U ',fog E Op U g w Vl APPROVED FOR PUBUCATION Pasco Bakotich III DETAIL "B" 4/1■0•00190MAIIN44104/Xt• WAWA, 1.21.1 40 NEMIII.909.018 17010101..1.1.0'1,4 INDUCTION LOOP DETAILS STANDARD PLAN J- 50.15.00 SHEET 3 OF 3 SHEETS APPROVED FOR PUBLICATION B |! | � , } || CO o ▪ ;f O. 40 STUBOUT CONDUIT PLACEMENT DETAILS -J B §c ` 0 7 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 (is-2g o g m U OZ 60 E ts m E 8=r'E 8'�� .6000 2182z rnm ZS qq 0 mm Eo5w aC.o N N W C1,7 )U.1 m w pN PI ztnw Q � Zw ZW 80 oz O WI- iw )- t0 z 1 0 O 0 z = 50) d O 460 4 z 1- z O EE o 3 • O u avwnna- it D 33s) N Z O ❑ OF ° O UZ Z 2 U 3 OJr I 1 LL ~ Z x Z P m mOo o U ^ ❑ V6. 0. ;6§"is f O0 z O a a'� U ~ W yy ck Q Il om t J am O)- O i ~ U a t Q ap=5r > LL p 0 °z a z 0 ? �r0 mi ° v�-i 0 7 w O z 00 = NQWO mmo O 2R (1,2 n❑ 8 m w.1 J J a w LL sce " ® 0 ® 0 0 000000 J Oj 2� pa p= z x m U I-W 600 ,(1110—, wZ o i Z m cai'a 1 60 0- 2 y U a 00 W w N K as Z d L°'2 U J Z 0 Q (7 Z U m'� U' to 0 N 3 c.:11 U U H �I1-Z 2 O a w waa� w F a U2Q� )Zmr� ? j O OZ 02 Z p m to o >a0 cJ7 l ` a$y w N z ona,� brn LLrn0 Z Ox� U w O mO 60 w N U 0 LL O z0-0 W z O z a 2 0 00aO O W O 88,0 0000 0000 00 AA K U a60 00 min-lAn VC!, :A{7 NMVHn ZS o ci o min-lAn VC!, :A{7 NMVHn 1- z w cc w w U SS OW LLN STANDARD PLAN J- 60.05 -01 SHEET 2 OF 3 SHEETS ,712g WO< 2 Dzu J tc% O0• OZt zog 1g f 030 WOZ Fit z W0,9 GOOD ��iog Zf..W0 >>OmZ (UQs EggOg OcipMn mo 0 tri52 OdO3AO ` SI1 4.13 NMY210 0 N J t 2 mo- 00-0& WEtt — Wok pooR- O — I— w w x co z co 0 Ljj< w re w 0 u) w 0 OHOJA9 vsn AB NMV80 RIGID PVC CONDUIT (PVC) APPLICATION SERVICE GR N m OI z z g6 gm CI z II 11/111111 s Y IKi! mumumassammomemmomma EMU • .. 111111M N.. ■H.� ■�■y�■NBy. HuW. r...p■■p immanell .rS..::u N . win ■■ ■ ■N■ mIl 40, ENO .Hs 1 m.■.N:u :uu ::w: ......N.........■■.■ ME NM MMMMM IONE IMO NM 111100 UM : u: u.■....:.■ ..,u. .. *.0 ■ .H . ■.H ..H.. .q.■H■ 014 MU. MVrn* 1111141111 • In NUM,. ! z w z KEY NOTES Bike Rider Symbol. 0 e e APPENDIX C FEDERAL WAY STANDARD DETAILS • • • — • • • • • • • • • Z .Z• . • • AVM AIaa ao olVIVI 9680 W O t7 q < ZW 20 O iTno zZ Ox aw *� W (urn \® _ - Alk I I I I I I I I I I 0 N W F--1 r< w = - a z z(n O Oo Z �''� Z - Z Oa OHW w ° oQ O m N U < _ OOZ J W W o W Z W Q Z 0~a =< 0< w 0 0 0 0 0 0 w M N W o w W W 0 H O (/)M MI- IX/-: c,0t.7 ,xUO = U Q OZ w W az- a?ww p3� X- 0 a n 0m < 0 O< aoNN r CYO- - ao \< ,t H< m�<n >j �m M J (•7W <M JOe a' rn lL� W d0 <00 UH L- OtL OOZZ 20 ZZ 011- Li WO <C11 cn ZOW ZSfn 0 LII Y<D I ~ ZOI t-J(n (nn F7N 1-JZ ' J0 i J � < < o W O 7w �� ?� D= w 0W (— RBI- O WO � 7 z,_ 00 WO W xi- pa 0 Z Z O Z ~ N Z O d U (ZZ on-OE Z< O a W ,,...0-1-2 O W J ZN U w 0 zJ z 0 _ ~; O �_O J= 0J— nnz z z = — ZJ cc = 0 m< W o n O w — to w W J< w J Y ZZ ' Y Z 0 W J Z — N W cii g5 vi z�3�� x =3ri owz zE0 •<0 a�wWa w�w� HOa <rw- -� O <O <o J W <0)- <U QO Z Md tVM(nZO MMC /50 4mw om< THE REQUIREMENTS O H 0 z 0 0 J J 2 J E'' W m Z o- Z ▪ Q) O 0 •� w (o 0 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED. CC W D 1- 0 Z 0 10 ar < Q o z v =Zr7 ZYa, W 0N0 Q W-. }} 15 a t c' WOt> b cc(7)_1 H N a w O w U O Ma 0wo Ow <z N 0 J m Z )yj J J lY W • OW W ' Li U( W 33 m n O r 0 nH ♦` o -�O UJ w =_ = O tr ow w NO o ww Ow O 0 O ix m M F- 1 /4" 'V'- GROOVE 0 m Z Y Z O O On Z O W O<<0 Z Z dm 0 W W O VW) 1 • LL Oa Q 0 N Ce wZ Z w in a 1- Z= 0 (/} LL o 0 j aw - J U) Q W < 0 1 I/2"R L mmimm. • • . OYP) _ 1-23/4R 2.-0" 10" I(TYP) 51". _ . 3/8 - (TYP) _ r4"(rIT) L .02 FT./FT.• 1 L-5"----1--12 1 1 —5" • TO CONFORM TO CROWN 2" --------A OR 11%"---1 SLOPE OR 0.02 FT./FT. SECTION ELEVATION MOUNTABLE CEMENT CONCRETE CURB3 .--"-----• 411 .- lo F-H 0.02 FT:PANSION JOINT FT. ---..— — -...: , . . C•4 ..", '''' 1.;:.**•,:.:1"•-•••■!*:•-• ... 4c) CEMENT CONCRETE SIDEWALX ...„.„..„.„. ...",..„ 2" CRUSHED SURFACING TOP COURSE (CSTC) ISOMETRIC * NOTE: TOP OF UP AT DRIVEWAYS. TYPE 'C' BLOCK TRAFFIC CURB NEW CEMENT CONCRETE CURB & GUTTER 5 1/2" R = 1/2" NOTES: aD •••... : • Ai, 1. SEE DWG. 3-3 FOR JOINT REQUIREMENTS. PAVEMENT 2. ROLL GUTTER TO MATCH POSMVE SUPERELEVAT1ON. 2*.- ...-: .4 3. TO BE USED ONLY AS APPROVED BY THE PUBUC WORKS DEPT. . — . 4, • e, TOP OF CURB •*, ...:::.;•••.:-. AT APPROACH - s*:-•••-•'•:•.: .t.! ;I. , 1 CEMENT CONCRETE BARRIER CURB REV: FEB 2011 CEMENT CONCRETE CURB t: 0 EXTRUDED ASPHALT 1 REPLACEMENT IN PRIVATE PARKING AREAS ONLY .ki CO X D 0 CEMENT CONC a CO 0 _1 > 0 w Lu w 5 0 w ce _J - 0 Ct I- LI_ Z LLJ N LIJ •- 0 OLL a_ LJ M C3C D CO X Z D -- C_) CD < Z I- F= -I < V) r-, 1 ><Q (/) 1.1 0 ILI < I- 0 . IJ Z ,-0 FACE OF GUTTER. EXTRUDED CEMENT CONCRETE CURB FOR USE IN PUBLIC RIGHT OF WAY APRIL 2012 ci z< (.6 I 0,) 0 1-- z w 2 w O °3 < W _i n 0- 0 LL1 in Ce w W 0 LL1 n 1- CL I- I- D C9 W 0 CI Z Z < < CO ce 0 SEE CURB DETAIL DRAWING 3 -4 Z } tr Z w LA LA z 0 w O � F cc 0 0 v) Z Q' o0 w� m w Z� J o I- Z 3 U3 V))w J 0 Q I- F CC 0 w 0 w Li WI M 0 0? 0 tJ/ z o o CC ww Q W • CO ix t J O Q Q J H ? M ID <t ▪ Nco 3 o z CEMENT CONCRETE DRIVEWAY 6' THICK z O FEBRUARY 2014 U to J Y M M O 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 § \ ce SEE CURB DETAIL DRAWING 3 -4 G ow p 0 /z ( \o } 0W \ \ §1I} E$ z ze <LJE � �V. § «o.y� /o / Ezn=� 0 00 )) 0§§�� E� >/ $)�6'/ 0 0 0 & «_ 0o ( °{C\ / /k E §[ \§$ <0 CC\ § \2kc 2 #¥ }/ ¥L22§ 0 )B \\ $ § / \( Kj x== uu H 0 ) =)2% 2 §§ op _L-- - UJJ •uu 70 H / \ 00 cr- B {¥\ m 00 3LJ «0X 0 §} 0cz0W z 00 z DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS 15' OR GREATER. 0 LENGTH OF RAMP SHALL VARY AS NEEDED TO MEET ADA SLOPE REQUIREMENTS. • W ¥ a CEMENT CONCRETE DRIVEWAY 8' THICK• EXPANSION JO • BASED ON TYPE OF EXPECTED VEHICLE USE SECTION A -A FEBRUARY 2014 COMMERCIAL CURB AND GUTTER SECTION DRIVEWAY N E > PLANTER STRIP AS REQUIRED Y N La K > SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, EXPANSION JOINTS, CONCRETE THROUGH DRIVEWAY SECTIONS. 2 0 z CO Z 4 2 1— w tx 0 m w 1- a w 0 1- 0 z J -J a 2 V) w= p 0 a Z CY - w 0 CI Z w a F- 2 2F- 0 a w i 1_ 0 (r)c 0 cc 0 j 0 - 0 Z Z cao a J 0 1 J N M � 2 Y 3v, 0 •■ Zc 0I- < 1 w Z Y W F- w w Z Z a 2 CD p0 0 -,0 Za ix w =° ,;; °Q N < I- 0 . Z,— N M 4 WSDOT SPEC. 8 -14. CONCRETE SHALL BE CLASS 3000, REV. MAR 2011 z 0 H 0 w cn —J Q w 0 in O Y J W m0 a3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r Q N cl 2 cr r ' r r r ' W m w O Q J H 0 Z_ Z = Q CO 6 _ IX 6 ins = O J U O E L D� �~ O 0 U)w0 W Ow Q ULI]Q wI-1v) CL vi 0 W QgU)Z z O. ZW m 0 F- 0 1 N WCL a_W i �r Oc Z0 m W1- LL W~W Iii CC U w� O W O W N Q =mm 0 �� 0 J z �z w ZWwJ W va ,�� DQ = �N O �O w OU _IQ= z OWz m� _z� O�w O�w IY Z =0U) D W W J O mwD g Q = Q�� J Cr Z m - I- D D o_ ���U 1 C Q0 D<0 o� o Z 1- 0Z F-O �U) �W 0Q UJN W NNW 0 W �DZ� §Q Qz J U w Q CL EE 2w cn0 WW DW H. OWF- U Z U) Z}m}--Q� Z� �w 0U mm0 U) U)f- H m1-H m_ IW- OF- >� n �W �° >- LA H �w� �w� 0 W w C (n - cn O u, O 0 H-0 I F-U Qm NQ WDm O Q WO- WDm O _J ZU)WO _jU) _jw mJ wcpcp 0 W00 ai0U 0 0 I W °i�J Qg QU i- �I_y_ 0- �U)Z_ V) s' w m ' _ Z QQ z F- cFE w D U DU W a e W .W W Cr I- 1- W Q Q 0 •-- CO F- Q N CO r7 d- 4 < to U U U) cfl 1--: (Li a0 (n W 1 1 1 LOW LII DTE 6 4" YEL SEE N( -4" WI- 4" YELI SEE NC C 1 1 1 1 1 J 1 1 1 r \ITER LI n' RPM VEL) (YEL) 'M (Tyr 7 r ' ' L Li 0 .a. .... = _ w v b u -- N7 r Z M Y Q 2 1- z w w a 0) 6 6 z 00 3 or) 0 RAISED PAVEMENT MARKERS 0 (/) J n] IY 0 P 1 a i' A vq 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1W % 4" 1 I <1> 1 I \ \ % 4" < Lv /EE NOTE 6 _8" WHITE LINE SEE NOTE 6 Z J Q LANE LINE (LL) 10' _ 15' 15' 8\_4" WH SEE N N 0 W Z a LJ N \ J NN W Z Z W �, W W W j N cJ `�� - _ W J CL - 0 N W W LJ a I- W Z N n, 4 N O W 1 d W W n 0 c (n 6 z 00 3 or) 0 RAISED PAVEMENT MARKERS 0 (/) J n] IY 0 P 1 a i' A vq 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Lane width m J w 0 END TWO -WAY LEFT TURN LANE OUOI 40' RPM spacing J_ Q W 0 Rev. NOV 2014 RAISED PAVEMENT MARKERS w 0 z See Table 3 m o A2 t o °a m~ 0 3 a) o o T 0. J _o o 8 c ar x 0 L 0) a) 4) a v N N a a.) 0 a • 0) NW O I " ) ✓ o L i > O 0 6 o 9, • m a0 c a9, 0 3 L O O a a 3 3 3 { 0 v a m 0 L E 0 • E k O c c Eco) o ▪ Ea = - 6 N 0 c O -0 0 a) CD a a 0 • O v, .- Cci CD 0 'p 0 'N a a O 0 z 3 0) _a • a) O 0 a)� • O Z. N O Oz aoi; N Q Taper length = T, x taper rate o � a) • D- E c CD E c o O 0 a• 00 -0 „O; v c re g0 U LEFT TURN LANE •E r) 0 O z O o ap O O D N Z D - 0 N o a • 3 Ot O +1 8 a) .0 •0 0 J Two -way left turn lane, see Dwg. No 3 -18 TWO -WAY LEFT TURN LANE LEFT TURN LANE U pcp E 0 0.- O O Z O Z a 0 a) u • a) ocl n3 y O N TWO -WAY LEFT TURN LANE O O a L a) a) w c O c O c 0 0 N O v E E u mcwt m + c�1 �0w 0� Ol O O'p + of O aO a 2 o L a a) � + a at0-p0O ao - c•- c <0303 o,2, -- 4 4 4 44 ALE 3 1 - L E CL 0) E Z N� Ll tp o N. O u c'1 c - TABI 0 U 0 a) d dta L L L L L L L aa Cl. aaaa EppE E E EpOE E Ul U) VV M c+)N ALE 2 r) a) .............. TABI -FEL O o o Si- �h •0 17 0m on L L L L L L L 0.0.0.0.0.0.0. EEEEEEE d N hU co c MN z O d o M PAVEMENT MARKING - TURN LANE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 r) a) .............. TABI -FEL O o o Si- �h L L L L L L a a a a a a a EEEEEEE pp:? 'non N�nvg�f7N z O d o M PAVEMENT MARKING - TURN LANE 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 -° CD Cr) O i ▪ cn c >, Q) O = U CD -D • 0 U • c a 0 E c c (ll U If ir) W Z J 0 0 CO CROSSWALK WSDOT STANDARD PLAN M -24.40 w w N u) 0 z V) N M J N M ARROWS TYPE 1S, 2SL, 2SR, 0 L fi 1- H "SHARKS TOOTH" YIELD LINE SYMBOL - SEE WSDOT STANDARD PLAN M -24.60 HANDICAPPED PARKING STALL SYMBOL - SEE WSDOT STANDARD PLAN M -24.60 BIKE LANE SYMBOL - SEE WSDOT STANDARD PLAN M -9.50 PREFERENTIAL LANE SYMBOL - SEE WSDOT STANDARD PLAN M -7.50 Rev. NOV 2014 MISCELLANEOUS PAVEMENT MARKINGS 0 0 / \ 0 } \ :16 ■ 3 . &b #o o §) Mr ow / 7 /§f .'F 1- o u. o 6 } //§ \L\ <0 0 / 0i- I° Om O 2§»f/ °g/ - 5m em m owon §n$ §e \ ® 0,, #§ m • w bm\}� 0 W jm 5 § k k� / TO-z \} o0 e5 bzo ifiW m <o_ «° #E b 2 S m0- a@ TA 3w)o\� ° J /' W0 2 6G6 3$ o / &g 3/64' DETAIL OF GROOVE $250 FINE FOR 1/4' LETTERS FOR DISTURBING n 1/8' DIAM. 1.11/2 L 11/2. �Ji /4'L TS A343 J 61) BM A1362 �� MO NOTE: ONLY THE ASSIGNED DETAIL OF GROOVE IDENTIFICATION NUMBERS FOR 3/16' LETTERS AND LJNES ARE TO APPEAR ON THE BRASS DISC. DI AAI / F .9/1 1 � .L n, _« :f BRASS DISC OFF - ROADWAY SURVEY MONUMENT 4/2" O.D. ALUM. TUBE 188" WALL ALLOY 6063 —T6 SATIN GROUND FINISH 4Y2" O.D. 2" N.P.S. SLIPFITTER N N oci ro r7 GI) c 3 v v L a) a) 0 w 0 z 1- z D 0 M ti 6' -10" Tess than 4)i" O.D. L. (2)— 1/2" 13 N.C. STAINLESS STEEL THRU— 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 '100 MPH ISOTACH / 130 MPH GUST VELOCITY WIND. 2. 4043 FILLER WIRE USED FOR WELDING. 3. ONLY THE BASE FLANGE WELDS ARE HEAT — TREATED. 4. BASE FLANGE SHALL ACCOMODATE 1 1 " TO 12" BOLT CIRCLE. 5. (4) 1"— 8 NC STEEL ANCHOR BOLTS ASTM 2" 11Y2" DIA. A 576, AISI GRADE 1021 -1046, 50,000 PSI = MIN. YIELD MEAN DIA. OF ROD STOCK 0.908 ± .01 1 ", OUT OF ROUND TOLERANCE : ± 0.012" ROLLED OR CUT THREADS PER A307, CLASS 2A, TOP 10 GALVANIZED PER ASTM A153, COMPLETE 8 — #7 REBAR AND WITH (8) '1" 8NC GALVANIZED STEEL HEX #4 HOOP REBAR NUTS & (8) 1" GALVANIZED STEEL FLAT 1'-0" CENTERS WASHERS. HANDHOLE (4" X 6" NOMINAL) NON —FLUSH TYPE, COMPLETE WITH REINFORCING FRAME ALLOY 356 —T6, COVER AND S.S. HEX HD. SCREWS 11Y" 4 — 13 NC S.S. OLT W/ S.S. SPLIT WASHER AND S.S. FLAT WASHER SECTION THRU HANDHOLE 2" SCH. 40 PVC CONDUIT 1Y" 2 BOLT CIRCLE eY " a 4" CLASS 5 (1)) PORTLAND CEMENT CONCRETE (3000 psi ). 3'x 3' SQUARE OR 3' DIAMETER BASE. JULY 2014 Mat] �D Way Way � PUBLIC WORKS LUMINAIRE POLE DWG. NO. 3 -39 LUMINAIRE BASE LOCATION DETAIL FOR 6' PLANTER STRIP FOR 4' PLANTER STRIP H 8' SIDEWALK' PLANTER- PLAN SIDEWALK4PLANTER31 UNLESS SPECIFIED, BASE FOUNDATION CAN BE EITHER 3' DIAMETER OR 3' SQUARE. (CONC. PAD NOT SHOWN FOR CLARITY) TOP OF PAD TO BE FLUSH WITH SIDEWALK SECTION GROUT UNDER POLE BASE FLANGE PLAN ri i II I•11ssarrAssau, SECTION LUMINAIRE BASE AND J -BOX CONCRETE PAD ENCASEMENT DETAIL FOR 6' PLANTER STRIP (STREET LIGHT IN FRONT OF SIDEWALK) FOR 4' PLANTER STRIP (STREET LIGHT BEHIND SIDEWALK) 12' iMIN. CONCRETE PAD FINISH DETAIL 3 -3 *'STREET LIGHT • .'OLE BASE �'.• e' . FULL DEPTH ADPANPION JOIN'[ • 12 MIN. 6" MIN. Box, • W V• W W W i W W W W i W i W W z MQ W i W U W 4. W W i i APRIL 2013 PUBLIC ra Way WORKS STREET LIGHT POLE BASE PLACEMENT AND CONCRETE PAD AROUND J -BOXES AND POLE BASES DWG. NO. 3 -39A I 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6" 1 .'. X X X X Y Y - A A z z B B /1 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 p� PUBLIC 00 ay WORKS LUMINAIRE POLE NUMBERING DWG. NO. 3 -39B LUMINAIRE POLE 0 W W W z w 2E w 0 CL W J 0 m 0 W w w o O W z _ 0(/)u W 2E I I a i W Q Q b] U O) (n D W (2(C1N V) (i_ O W •-• ]elIVNIwm 01 w J 0 0 Z _ w mw OZ CLJ W W Qmm\ 0 0 Cn Q � � - Z 2 0 X cL 00 m D lL 0 J D Q H X w Om m 0 Q CO m w o1-1-1w1_ U m 0 w Z ZJ DO OM - H U Q W IGha IrCUW V,V AWriMNA.ArAmm∎ GROUND LUG Z O_ W f J • w CL 0z =W LJ m p U >oozo�oO zz0_ ct W 0 0H o < O H- LO Ey I 00 O W-J W �I- 0 < Lo uJ m U Q 3 m W 0 tztti CO U STREET LIGHT OR SIGNAL O lL ZOIX 0 Li— 0 �Q� 000 W 0 I 0 Z 0 w� CO -IUJX1O O N O m 1= Q m(n Y Z '- >) IX V) J w —1Z-1-0=a-00 U) X1— 1--(r)O H CD 00 OYU =Z m 0 Z < ~ ZO wZ WQ O 0 w w< 0 0 U�w��� Nw Z W cn > w o ( O W H- J � 0 O Z W 0 = U U (n > N ct 00 z 0 Z 00 U G W 0 0 WW O z� QQ I0 (n = W U Q Q m 0 laadv 3M EPDXY SPLICE KIT TO STREET LIGHT TO STREET LIGHT Z (n CO U m 0 Z W CO EDJ J w en N Wm LL 2 v) Et Li] z OC 0 U W O 0 0 (n 0 J W CD z 0 J LID TO BE WELDED SHUT AFTER FINAL INSPECTION W/2 F- 0 Z UNIFORM LUMINAIRE WIRING DETAIL O Y m0 a3 0 w LLQJ Li vq 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 POSTED SPEED (MPH) * S1(FT) * S2(FT) 25 - 105 30 - 140 35 - 185 40 115 230 45 155 285 50 195 340 * ADVANCE LOOPS ARE NOT REQUIRED FOR TURNING LANES & MINOR THROUGH LANES DETECTOR LEAD INS 3A 3B 2A r 2B 1A TO INTERMEDIATE LOOP TO ADVANCE LOOP '- N SERIES CONNECTED LOOP 1 -2 COUNT DETECTOR LOOP 3 (DRAWING NOT TO SCALE) NOTES: 1. USE XYZ LOOP NUMBERING SCHEMATIC, WHERE: X IS THE PHASE # Y IS LANE # FROM INSIDE Z IS LOOP # FROM STOPBAR 2. USE 3' X 25' LOOP FOR BIKE LANES 3. PHASE 2 IS ALWAYS NORTHBOUND THRU DIRECTION 4. ALL LOOPS SHALL BE CIRCULAR STOP LINE REV MAR 2011 agar Fe d PUBLIC and Way WORKS SIGNAL LOOP SCHEMATIC DWG. NO. 3-44 F 2'41- I.-- 4 16" UL LISTED PER STANDARD #503 SUITABLE FOR MR 69 SOIT1Q EFTRANtE TQIJIPYQR MEETS EUSERC/PSE SPEC. ALL CONDUIT TO CLEAR TOWER CENTER BRACE OF CABINET BY 1/2" MIN. 80° MAX SEE NOTE 5 PEDESTAL - HEIGHT AS NECESSARY SO AS NOT TO EXCEED 4 HOOPS 80° MAX. TO TOP ,w j4 BAR EACH CORNER OF CABINET ) 1° to 2° (SEE NOTE 2) SHIM TO PLUMB ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPUED BY CABINET MANUFACTURER OMETERBASE: 100 AMP, 4 JAW, AW •114TB, SAFETY SOCKET TYPE, 5TH JAW AT 9:00 POSIRON (CONTRACTOR TO VERIFY WITH SERVING UTILITY) OPANELBOARD: 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 NOTE ADDITIONAL BREAKERS MAY BE NECESSARY OCONTACTOR: UGHTING RATED, 2 POLE, 120 VAC COIL 3- REQUIRED ® PHOTO -CELL BYPASS SWITCH, SPST, 15 AMP, 277 VAC OGROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, 1 /8TH INCH ALUMINUM CONSTRUCTION, TYPE 5052 -H32 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (UFT -OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST CX LOCK ON DISTRIBUTION DOOR POUSHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER FINISH: BARE ALUMINUM (MILL FINISH) OUTSIDE, WHITE INSIDE L LILT BASE DETAIL 3/8" DIAMETER PLASTIC DRAIN HOLE El 6" I- 20 "- 1- 1'8 " -1 INSTALL ONE SPARE 2° CONDUIT AND CAP; OTHERS AS REQUIRED. 14 BAR EACH CORNER LOCATE CONDUITS SO AS TO CLEAR BOTTOM FLANGE OF CABINET. 2" UNDERGROUND SERVICE ENTRANCE CONDUIT TO BE LOCATED IN CORNER (WITHIN 4" X 4" SPACE) 120/240 VAC r 3W WIRING DIAGRAM CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE 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 TO ASSURE PROPER FTT 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 5. PLACE SIUCONE SEAL BETWEEN THE CABINET FOUNDATION AND THE CABINET. OTHER ORIENT FACE OF CABINET TOWARDS PUBLIC ROADWAY. 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 SERVICE CABINET, SIGNAL CABINET, AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARDS DETAIL DRAWING NUMBER 3 -45C. REV. NOV 2012 p�� PUBLIC 1 V 539 WORKS STREET LIGHT SERVICE CABINET DWG. NO. 3-45 1 UPS RECEPTACLE CYLINDER LOCK FRONT VIEW RIGHT SIDE UPSJ BBS MAIN CABINET DETAIL 46' FRONT VIEW 10.75' ■ CYLINDER LOCK ■ ■ 46' RIGHT SIDE UPS /BBS AUXILIARY CABINET DETAIL UPS /BBS 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 ANCHOR BOLTS & DATA FOR SPACING TO BE SUPPLIED BY CABINET MANUFACTURER #4 BAR EACH CORNER 1" to 2" SEE NOTE 2. 2" DIAMETER CONDUIT PROVIDING PATHWAYS BETWEEN UPS /BBS CABINETS. CONDUIT BENDS PER NEC. 3/8" DIAMETER PLASTIC DRAIN HOLE BASE DETAIL NTS L-I s "r— 16" —I 9 "r 6" r 20" 6" INSTALL ONE SPARE 2" CONDUIT AND CAP; OTHERS AS REQUIRED. #4 HOOPS #4 BAR EACH CORNER LOCATE CONDUITS PER CABINET MANUFACTURERS RECOMMENDATION CABINET FOUNDATION NOTES 1. PAD MOUNT SHALL BE CLASS 3000 CONCRETE UNLESS OTHERWISE NOTED ON THE PLANS. 2. WHERE PAD MOUNT IS LOCATED IN SIDEWALK, CONSTRUCT MOUNT TOP FLUSH WITH SIDEWALK GRADE, OMITTING CHAMFER WHERE TOP AND SIDEWALK ABUT. 3. PAD MOUNT DESIGN IS TYPICAL: CONTRACTOR SHALL USE CABINET MANUFACTURER'S RECOMMENDATIONS TO ASSURE PROPER FIT OF CABINET ON BASE WITH RESPECT TO CONDUIT PLACEMENT. CONTRACTOR SHALL SUBMIT FOR APPROVAL A PROPOSED DESIGN WITH PLAN, ELEVATION AND ANY RELEVANT SECTION VIEW. 4. CABINET SHALL BE ATTACHED WITH AASHTO M164 CHEMICALLY BONDED ANCHORS TO EXISTING PAD MOUNTS. ANCHOR INSTALLATION SHALL BE AASHTO GRADE A307 HOT— DIPPED GALVANIZED 1/2" x 8" x 2 ". 5. PLACE A SILICONE SEAL BETWEEN THE CABINET FOUNDATION AND THE BOTTOM OF THE CABINET. 6. PLACE A SILICONE SEAL BETWEEN THE MAIN CABINET AND THE AUXILIARY CABINET. OTHER NOTES ORIENT FACE OF CABINET DOORS PER PLAN. CONTRACTOR SHALL COORDINATE WITH THE POWER COMPANY REGARDING THE SERVICE CONNECTION. CONTRACTOR SHALL OBTAIN A CITY OF FEDERAL WAY ELECTRICAL PERMIT FROM THE BUILDING DEPARTMENT. PROVIDE 3 —FOOT (MINIMUM) CLEARANCE ON ALL SIDES OF CABINET. WHEN SIGNAL CABINET, SERVICE CABINET AND /OR UPS /BBS AUXILIARY CABINET ARE INSTALLED NEXT TO EACH OTHER, SEE DEVELOPMENT STANDARD DRAWING NUMBER 3 -45C. JUNE 2012 UNINTERRUPTABLE POWER SUPPLY BATTERY BACKUP SYSTEM (UPS /BBS) CABINETS DWG. NO. 3-45A 8 —Penny Duplex nails 4" x 4" Post NOTES: Marking nail same side as cleat 10" 30" 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 28" 30" (2) 0.156" 0 NAIL HOLES POST — (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 an CO Fed �/�p PUBLIC rag ay WORKS SIGN POST DWG. NO. 3 -51 Z� Q gw w ~ O N M *t LI t0 I� aJ Oi O z V> aZ0 a x0� N LZ6 m Z w W =V 2W' JO co O X: O '2)F ()ow 3�Jm w °YOZ o �� U 0z0 Z a w Q m m V) W O W a W N �oO 7ZUW Q 0I-L 0 Z ~ �w„ ON�wa' O a 3Wm3 VI 0-1- I-- O Vl0 O Me ZxawZ z0Q �?� 3n /- <N o� N� w ~za~ N� m00 a' 3aJY Ow V)= < mwOO�N 00< W N a N U W<0 W Z *H V W W H O FJ3 ZN3NN WQNZ� NY W a)') Q ow a 00� �OW�y OV V) zYH W� a WW V)Q V(/)w 1-00 wli _1O� 0 �Qm OWZ NJ z> Z H1_ 0V) a Z° zoo ~ °3mY 0 U Lfli)J�1- wQ O� 0 WZ QZV) 00, 000 z a QzW J3 0 w O KKm0mz m��aw�o zj m =�D of QO ~ ox z�i�Q= V) } W Q co W J J 0, z Q Q U Q Q -IOW d 7 =O m U 0 N W 0W2- 3 WZ =�0 J m g O mpa03 �x �Z w;,., xO Qaw F- cn -w mQ �a 0 YJU OF OY 2 ~1 aoOWli V)p0 FV'QQW W w a0�-` aU Ox• aN ZW �'' cV)Qo WZ� m ap V) Z° o V O W om zai-w Z_ <,X N U a 0 0 W O m F z YW O Z N O w ▪ MX (7,W D Y m¢O Z�0JZ WN Ln 0 OOa 0 aZ a- momum UaO QZQ Qa aJ aao 00N >0 U Z 1- x =z1 Q�J V)gw02 _in �Zw�W Za Oa wa WO Q ~wao 000- <U0-0U) <0 a00-a] y0 a 0 a Q o a z INSTALLED WITH FLANGE DOWN w m mw W N a co o Z Q � w< m0 wo 6" RISER SECTION uJ W O m N z x w O w o-' Z3 J Z _< 0 m Y z 00 m U Mu_ 00 a W W0 CT W W Q O U ww 0 w 0> 6 2 1 #3 BAR HOOP 2 #3 BAR HOOPS O J Y mce O a3 0 O a vi zz o0 am N W I. 33� W UO N L. Z U Z J 0 0- a Z WO O o Z? 3 M ?wvai °wx< 0° o_opz w 3 vwi awo o mDI aaNO ooNm J orQ.w a °a w o �w o w o3 �W°d w?�� vazi 0 < - 0 �zz ov=i �� awiv�i Lg zz ZOQ Qm¢ w °� a �Q �� w�KQO w a -0° mw °aw U 3QQU aW 3� WO mWOO NO 3 a NU H4W1 33 zo oa�Z Y No aw -J <0Q o o cY�a J aN VI H (n a Q UW W U 7j� �pp� 0 N =?YQ WU OM WW M..- OW J w mW O~ WW9^ U ZJmW N� NQ i_w QQWZa H a0 z.- y Q3N a �0_1 WQ -a OZ a' ON w - - U z0 U 16 QZJ J3 �� J of m2 W ° OW diW as - Z m 0 2Z (,) wa co"-1 Q Q m W P m ^F JQln�� -0w N SQ OW °= Q�OQ= } N WQ m QZ� =~ IN- JYa_ J m VIN UWSC Q Z wo -, 0 m Q m Q Y U Z a 3 S= m m H qa MCL NOW W WO O Z W Q U Ua } } Z Z w j a Y p Y Q O D O U ZO N Z i Z O W °w N U QZ 00 mN-0D vl N� as NZWOY ° ~ EEL, �o ado 0 zg (�(��o�°o oa 00 aw ��w 'o al(, - WO W� S V) ZOO(� W DUI QY� °a Y YY Ha S(fl 0 WQ 01 ON OMZ Qa' QU U0ci5c U 00 OM �Z U l!] W2 O-N. ma J WO 0 O� 00 w° r OFZ R UUa <wWI -a <0 aYOam Y0 ZZ �¢ 03 z LSO Mm °w� N r7 4 N rD r rD QI O RISER SECTION 6' REDUCING SECTION #3 BAR EACH WAY i N z 0 2 #3 BAR EACH SIDE JULY 2014 O N N J m o a3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 z w 0 ,-zN zooQx o 1 0 vi =N0 w g wwg_Wo N N �zu, X Y Q 0 3 Q Uoo ao g wo zW ,H o�Z ?(1 0 w o w ww i w m 0. wNM ZWmH 0 O' } JO w`d mQ mW 1 0W H Zwa_ mzJOa CO U —`Om WOmO d' -i00 w= Z Z W Q U Z dxm. 0 QI-NZ > O Q to moo w60ww J ooUwti> d O��• (n2Licc Z= 0 J 0 2O J NCO f/� I f- O� =Upm� t/i0 V ~OQa j�aOm �O�U=1 �Z O 0 z ZQ JZO w~° x��v~i< 0 w0 >a—a Q_ M 0 a ZZ J�2Z WN _Q Z (fZ4Qw 0 •z WO rj Q U_ D� = o� CYO 33mWUw Jw�Qm• Uv p� <Q0 �` 00<p '"coa_ >WWw ZS p >�m3 =Zm •m m�QO 2SU - fn W jUQ O> "'~ 0 2x2Jw MUU�jm NYMi2 <wg • N InJ <1 W WW sC `p OX-0W Wm Z��~Q N QN m ~�WZ to W J N d'� N Q w Q w v mQw nJUn�d dwz J0J < Qw z xZ 0 J x �� zU 2 0 OM o FQpoLl 0. �0 wcn �3aom� OoJWO wQ cn o zw 0o zx zm cno w a mE Z 0 Qor WZW 0 Z� Z� mS��Z =z �wQ1 Zn aJN (nN� 0 mm m< NZm00 00Y O aO0pz QWO¢d 0 Q O Qw �rnz 0 x <rL QY0I c) om oZa wcn��o �a°� > z ao: QOM— -,m2w0 pU xoOaIS ~ t0 'z• 2 mom 0 34 QF- ��n Q2Q0Q Qp NZY?Y cOi �'"�mWn act) 0c51= 3 z �� I-0 V700 ?F0.UZ2 UU WY0 U �QW� 3Q ?wW� 0O 0� N f!)U1p<Z Oa mU7NWY ONm�m� NVWja �0Q m0 -1Z 3O Q CC OZO • w0 HOJ • J QZmNz WXm -ILL- QU Ww MAW m�tn zcnr,WOO wal. aY=NceZ , ,oz- (,_ 2��ZC QmZ2 O� R� �� owz 00_ x UU J _ O Q ._ 0,0 =z wl- Q F-n1 QZQ QZ J wOJVU' Omwe h001- J�.' Z7 0.W WO <* 011 2 Z?MM QQ la. WW Y0fnd0o 0<0. <W0 MW WON CI"' NW 0 ~O - N ri a, 1n n m 6 O • litiAl z 4 Sno pEnt ww LL1 W0:0 O:K¢ a 551556 O W N U4 o Z 0 < : 11 • ink' I ME Egggii Z Z 2 2 Z 5 jpppp0000 O(N000c(0 La Le cE ix m Z Z Z Z Z 00000 QqEEEEE 4 W W W W W ',WOO O 100 14101.9 ,Z t 11-1013H "XVII 0 d z M ' CATCH BASIN TYPE 2 (48 ", 54 ", 60 ",72 ", & 96 ") V) ii 0 00 )- • ��� o ap o ac L„ • ON mo- o= W�Q OrZ m�0 `��°'° �(n 30 m Qo <0w wo E } w w °z w� Em oA woo o Z0 poi' wwu�O� �° g wa» ▪ �i�Qw �3 m?a ° 3WM z Wwm o N 5° co wiz da m<o ow NZ w NxW W �O Z0J �Q O WdM U Or- Ct_ - ZOO W I} Om °Q QO 0<0 0 §00 ° ° W O ,- x F O 0 0 z fC z m Q < J m W X ^ m Ui a m Q Zk�� o z 77 z W W m° W , 21..--- -3 (n§ WOw Q -,V8 PW N ow w� Q''W� dm m a03 (x!� JKW (�, m00 \O �n � W Om 1V HO� ~ <JO Q Jcw a Qaw � am(n JW QQ TQO 0 Li-w 00.1 (n - < 0 z � c� H •w (n - wp (/( m tl (n r zW� z ° z (ar5 3 �z z�a N 0 OI/ �O� <_ La..- oa a aQ °w nm c�c�� z� zz o Ww V0w 00 m a?m 000 3Lx F� oop ra c�z zz > °�- zzdo °� °0 IN VERY DEEP aaQ caia�a 10 (n <mm 56 1x16 N ri .p N 1D 1z OD X 77 1 .9 'NM .Z /l 6 a C Nr J- JULY 2014 1- w z 0 1— 0 W 1- V 2 Y ct m0 a=. 3 1 1 1 1 1 1 1 1 1 1 1 1 1 vg( 1 1 1 1 1 1 SLAB OPENING MAY BE 24" X 20" OR 24" DIAM. 0 wO } • LA_ O D U ce z SON m <0 OQ , oz O 0 Lu- c W J Ulp,^ Z li a (no_ 0 mm QUU t >- CID M Z 3 H W— Lai Z OQ� ZQ 0 .= o U O 00 Z W Z m F NO w 41 co Q LL J CO W Ww� _ Lt ')j Ul =rew cJ' %w a gaw cn Hw az_w 0Ulm U�3 ova 9z aQW Ulm 0 O I ZUN W= ZZ Q; O Q F Z U aim 3o ==cn N M 4 N 0 > 0 z m 5 W w 4 re W W 1` U Q = Z`� = O Ez Ct Q O m r 8 j abca .111.4) .6 1 1 NE JULY 2014 co F 0 Z V) co 2 U H V W a 1- 2 25' 7 7/8' I 1/2' 1 - -- LEVEL PAD 16 - 3/4' X 2 1/4" X 1/8' CEMENT CONCRETE CURB U �' 1.1111.1111.1.11/111111,_____ .�::: • A A s.:' _ .. ac 4. , L_ •�, ," GLITTER __7_ ••� !• CATCH BASIN WALL • - J:i-,• j ; • " • 1 `i. • n 0 — ∎ VERTICAL CURB 2.1.9N EXTRUDED CURB 18' X 24' 9 16' / ( +1/32'. -0' TYP.) \ j% ■ 11.11.0111111111111111111 67 . I moil — inv_____1 1 tt A 1 16'x22. OPENING 1 '41 L- _ ,_ 17 3/4' X 23 3/4' GUTTER CATCH BASIN WALL ( +1/32', -0' TYP) 25' SECTION A —A PI 11111 NOTES: EXTRUDED CURB 1. DRILL AND TAP FOR, AND PROVIDE, TWO LOCKING BOLTS 5/8";-11 NC STAINLESS TYPE 304 STEEL SOCKET HEAD (ALLEN HEAD) CAP SCR 2' LONG WHEN USED WITH SCUD COVER (DWG. NO. 4 -7) OR WHEN SPECIFIED BY ENGINEER. 2. FRAME MATERIAL IS CAST IRON PER ASTM A48 CLASS 30. 3. SET FRAME TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WTTI -1 FRAME. JULY 2014 0(1 ..7_i mix n o 13_3 1 1 g 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 J OC W W w Vi > N 0 z N C QQ O U M In 0 LL Z = CO ill O i Z ' O uj Ill - J a. a �'- 3 r- 0 N ~ 0 Q 0 z Ld 0 m d O ill W 0 J Z u_ fn D U� Ofrn o M in M N N Q cc HC9 �_00 "� ct Q 3Y 3w_I 30 w0 w }a w O� OF- N N N N W 1- N ' d' Z REV MAR 2011 I.I 0 U -J [11 V Z V W -J 0 ,Z SECTION B -B SECTION C -C N 0 z Z MATERIAL IS CAST IRON ASTM A48 CLASS 30. FOR VANED GRATE. 0 O z 0 0 w w N HOOD SHALL BE 3/16" NON -SKID DIAMOND. PATTERN ON TOP SURFACE N r� BOLT, WASHER, AND NUT SHALL BE GALV. OR CORROSION RESISTANT. SECTION A -A JULY 2014 0 zoo THROUGH -CURB INLET FRAME U (n _.I Y m� O a3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6 g g R i13J.1.110 V B8113 'ONOO 3ouans ASYMCIV021 m v z SECTION B -B SECTION A -A 6 LAJI I- 0 Z SET TO GRADE AND CONSTRUCT ROAD AND GUTTER TO BE FLUSH WITH FRAME. REV MAR 2011 6 z . (7) LI ' ) z 0 ] G z ( § CO �a X 7 n ° , \ } § ) z. m 0 \ an _1 \ �� 0 �\ /§2% % 2z ° 2ƒ § g§® z §j Z 0 }§ z�0 �� k § °3 00 w <0 0 5- w» 5 °a -J °° B • §( >; c�0 D �\ K) Rƒ 3\ = II ©0 §/ m( u) L,- k §zo %J .. a§ $° IL B / \§ <0 LO /» <2 �( *e D��� Mc , ?m (0 w w ¥ a a § (? :E6 s¢ e ) q AVM 1V213G3.j 2 FOUNDRY NAME [ 2. LEVELING PAD 1/8" X 3/4" X 2 1/4' } z k� VANED GRATE (FOR USE IN PUBLIC ROADWAYS) PROTECTION 3 INSTALLATION CURB AND GUTTER INSTALLATION 0 N Y CL 5Q 0 r Z CLW W 0 Z 0 J J 0 a_ ce W cL 0 H 11 1/16' FROM CENTER .9 /s .9 /£ T N DRILLED IJFTING HOLE 3 L or COVER SKID DESIGN DETAIL (n O z SECTION A -A MATERIAL IS DUCTILE IRON ASTM A536 GRADE 80 -55 -06 DRILL THREE 1 INCH HOLES SPACED AT 120' AND 9 1/2" RADIUS. WAY" SHALL BE OMITTED IF COVER REV MAR 2011 ROUND LOCKING COVER U N J Y 1D a_ 3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 zM O FRAME FOR ROUND LOCKING COVER 0 N J Y 03 IX O D 1 1 0 ti A vq CLEANOUT 00 m ce 0 ,T_ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4" 1 12" L 6" PROVIDE 1" COVER MIN. (TYP.) r • • • • • • • 36" 40" 8" TYP 0 H (D #5 HOOP BARS (TYP.) #5 HOOP BARS (TYP.) #4 HOOP BARS (TYP.) APRIL 2015 Way PUBLIC Grail V ay WORKS CONVERSION RISER (CONVERTS RECTANGULAR LID TO ROUND LID) DWG. NO. 4 -18 APPENDIX D GEOTECHNICAL REPORT AND BORING LOGS Geotechnical Engineering Report Steel Lake Park to Downtown Trail Project Federal Way, Washington February 28, 2017 Prepared for KPG, Inc. 3131 Elliott Avenue, Suite 400 Seattle, Washington IA LANDAU ASSOCIATES 130 2nd Avenue South Edmonds, WA 98020 (425) 778 -0907 Landau Associates Geotechnical Engineering Report Steel Lake Park to Downtown Trail Project Federal Way, Washington This document was prepared by, or under the direct supervision of, the undersigned, whose seal is affixed below. Document prepared by: Staff EIT Document reviewed by: Quality Reviewer Date: February 28, 2017 Project No.: 326088.010.011 File path: P: \326 \088 \R Project Coordinator: AGM can Gertz, EIT Steven Wright, PE IALANDAU ASSOCIATES Landau Associates TABLE OF CONTENTS PAGE 1.0 INTRODUCTION 1 -1 1.1 Project Description 1 -1 1.2 Scope of Services 1 -1 2.0 SITE CONDITIONS 2 -1 2.1 General Geologic Conditions 2 -1 2.2 Surface Conditions 2 -1 2.3 Subsurface Soil Conditions 2 -1 2.4 Existing Pavement Conditions 2 -2 2.5 Groundwater 2 -2 3.0 SEISMIC CONSIDERATIONS 3 -1 4.0 CONCLUSIONS AND RECOMMENDATIONS 4 -1 4.1 Site Preparation and Earthwork 4 -1 4.2 Reuse of Site Soil 4 -1 4.3 Temporary and Permanent Slopes 4 -2 4.4 Wet Weather Earthwork Considerations 4 -2 4.5 Pavement Subgrade Preparation 4 -3 4.6 Fill Placement and Compaction 4 -3 4.7 Structural Earth Walls 4 -4 4.7.1 Internal Wall Design 4 -4 4.7.2 Wall Subgrade and Foundation Recommendations 4 -5 4.7.3 Resistance to Lateral Loads 4 -6 4.7.4 Global Stability 4 -6 4.7.5 Wall Backfill and Drainage Considerations 4 -7 4.7.6 Construction Dewatering 4 -8 4.8 Luminaire Foundations 4 -8 4.9 Stormwater Infiltration Rates 4 -9 5.0 GEOTECHNICAL CONSULTATION AND CONSTRUCTION MONITORING 5 -1 6.0 USE OF THIS REPORT 6 -1 7.0 REFERENCES 7 -1 Figure Title 1 Vicinity Map 2a and 2b Boring Location and Designation Steel Lake Park to Downtown Trail Project 0326088.010 iii February 28, 2017 Landau Associates 1 APPENDICES Appendix Title A Field Explorations B Laboratory Soil Testing Steel Lake Park to Downtown Trail Project 0326088.010 iv February 28, 2017 Landau Associates This page intentionally left blank. Steel Lake Park to Downtown Trail Project 0326088.010 v February 28, 2017 Landau Associates 1.0 INTRODUCTION This report summarizes the results of geotechnical engineering services conducted for the proposed Steel Lake Park to Downtown Trail project in Federal Way, Washington. The general project location is shown on the Vicinity Map (Figure 1). The general configuration of the project alignment is shown on the Site and Exploration Plan (Figures 2a and 2b). This report has been prepared based on Landau Associates' (LAI) discussions with KPG, Inc. (KPG) and the City of Federal Way (City); a base map of the project alignment provided by KPG; data collected during our field exploration and laboratory testing programs; our familiarity with geologic conditions within the vicinity of the project alignment; and our experience on similar projects. 1.1 Project Description We understand that the proposed project includes constructing a pedestrian connection between Steel Lake Park and the downtown area in Federal Way, Washington. The focus of this report is the proposed segment located along the south side of South 312th Street between 24th Avenue South and the entrance to Steel Lake Park. We understand the proposed improvements will consist of a new concrete sidewalk, a structural earth retaining wall (up to approximately 8 ft in exposed height), new street lighting (luminaires), and a new asphalt paved surface to widen the roadway and accommodate the proposed improvements. 1.2 Scope of Services KPG retained LAI to provide geotechnical engineering services to support design of the proposed Steel Lake to Downtown Trail segment from 24th Avenue South to the entrance to Steel Lake Park. Our services were provided in general accordance with the scope of services outlined in the subconsultant agreement between KPG and LAI dated February 22, 2016. Written authorization to proceed was provided by KPG on August 15, 2016. Our scope of services included the following specific tasks: • Compiling and reviewing readily available geologic and geotechnical information and other relevant data for the project area • Completing a geologic reconnaissance to collect information on the general nature and physical features of the project area • Obtaining utility clearances prior to performing field explorations • Excavating three exploratory hang auger borings to characterize the nature of the subsurface soil and groundwater conditions along the project alignment • Collecting representative soil samples • Logging the exploratory hand auger borings and recording pertinent information, including soil sample depths, stratigraphy, soil engineering characteristics, and groundwater occurrence • Conducting limited geotechnical laboratory testing Steel Lake Park to Downtown Trail Project 1 -1 0326088.010 February 28, 2017 Landau Associates • Performing geotechnical engineering analyses and evaluating data derived from the subsurface investigation and laboratory testing programs • Preparing and submitting this written report summarizing the results of our findings, conclusions, and recommendations for the project. This report includes: - a site plan showing pertinent existing site features and the approximate locations of the explorations completed for this project - descriptive Togs of the explorations and the results of the geotechnical laboratory testing — a summary of surface and subsurface soil and groundwater conditions observed during our field exploration program — recommendations for site preparation and earthwork, including temporary and permanent slope configurations, reuse of site soil, and criteria for selection, placement, and compaction of structural fill - recommendations for retaining wall design — recommendations for the design and construction of luminaire foundations — an estimate of the short -term infiltration rate of the near surface soils along the project alignment — recommendations for geotechnical monitoring and consultation during construction. Steel Lake Park to Downtown Trail Project 0326088.010 1 -2 February 28, 2017 Landau Associates 2.0 SITE CONDITIONS This section discusses the general geologic setting of the project area and describes the surface and subsurface conditions observed along the project alignment at the time of our field investigation. Interpretations of the site conditions are based on the results of our review of available information, and the results of our site reconnaissance, subsurface explorations, and laboratory testing. 2.1 General Geologic Conditions General geologic information for the project area was obtained from the Geologic Map of the Poverty Bay 7.5' Quadrangle, King and Pierce Counties, Washington (Booth, et al. 2004), published by the US Geological Survey. According to this source, the project area is underlain by glacial till. Soil defined as glacial till typically consists of a heterogenous, non - sorted mixture of subrounded boulders, cobbles, gravel, and sand in a matrix of silt and clay. The heterogeneous nature of the till is a result of it being mixed and transported before being deposited, overridden, and compacted by the weight of an advancing glacier. This unit typically exhibits very low permeability and high shear strength. Though not shown on the above - referenced geologic map, fill associated with past grading activities along the project alignment should be anticipated. 2.2 Surface Conditions The project site, which is located east of the intersection of 24th Avenue South and South 312th Street in Federal Way, Washington, is currently occupied by the existing South 312th Street. The improvements are proposed along the south side of South 312th Street, which bisects Steel Lake Park. A portion of the proposed alignment passes through what is currently a drainage ditch. Structures in the vicinity of the project site include apartments, single - family residences, and Steel Lake Park, which includes restroom and picnic structures, sports fields, and bleachers. The project site is generally located within a topographical depression with the ground surface sloping up to the east and west and elevations ranging from about 456 to 469 ft. During a site visit on December 19, 2016 to perform site infiltration tests, we observed standing surface water along the south side of the roadway alignment in the vicinity of borings HA -2 and HA -3. 2.3 Subsurface Soil Conditions Subsurface conditions along the project alignment were explored by advancing and sampling four exploratory hand auger borings (HA -1 through HA -3, including HA -1A) on November 28, 2016. The hand auger borings were advanced to depths ranging from about 1%2 to 6 ft below the ground surface (bgs). The approximate locations of the hand auger borings are shown on Figure 2. A discussion of field exploration procedures, together with edited logs of the exploratory borings, is presented in Appendix A. A discussion of laboratory test procedures and the laboratory test results are presented in Appendix B. Steel Lake Park to Downtown Trail Project 2 -1 0326088.010 February 28, 2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Landau Associates With the exception of boring HA -2, subsurface conditions along the project alignment were observed to generally consist of approximately 2 to 4 ft of medium dense to dense weathered glacial till that is underlain by dense to very dense glacial till that extends to the maximum depths of our hand auger borings. In boring HA -2, we observed soft to loose alluvial deposits extending to the maximum depth of the hand auger exploration. These deposits were interpreted to extend to about 3.5 ft bgs based on dynamic cone penetrometer (DCP) testing. Based on the results of the DCP testing, we interpreted the presence of weathered glacial till underlying the alluvial deposits at the location of boring HA -2. The weathered glacial till that was encountered in our explorations generally consisted of dark brown, silty sand with varying amounts of gravel. The glacial till soil encountered beneath the weathered glacial till was observed to generally consist of Tight brown, very gravelly, silty sand to sandy gravel with silt. The upper portion of the alluvial deposits that were encountered generally consisted of dark brown, sandy silt with gravel and trace organics; the lower portion generally consisted of light brown, very gravelly, silty sand. 2.4 Existing Pavement Conditions Pavement thicknesses were estimated by digging directly adjacent to the existing edge of pavement. The thicknesses measured are shown in the table below. Measured Pavement Thicknesses Exploration designation Location Asphalt Thickness, inches Base Course Thickness, inches HA -1 South Side Edge 2 Unable to Determine HA -2 South Side Edge N/E N/E HA -3 South Side Edge 5.5 Unable to Determine N/E = Not Encountered 2.5 Groundwater At the time of our subsurface investigation on November 28, 2016 and infiltration testing on December 19, 2016, groundwater was observed in hand auger borings HA -2 and HA -3, ranging in depths from about 0 to 2 ft bgs and at 0.25 ft in the hole advanced for infiltration testing. The groundwater conditions reported herein and on the boring logs are for the specific locations and dates indicated, and therefore may not necessarily be indicative of other locations and /or times. Furthermore, it is anticipated that groundwater conditions will vary depending on local subsurface conditions, the weather, and other factors. It is likely that these groundwater levels represent seasonal highs that typically occur in the winter /spring months. Steel Lake Park to Downtown Trail Project 2 -2 0326088.010 February 28, 2017 Landau Associates 3.0 SEISMIC CONSIDERATIONS The Pacific Northwest is seismically active and the project area could be subject to ground shaking from a moderate to major earthquake. Consequently, moderate levels of earthquake shaking should be anticipated during the design life of the project, and the proposed improvements should be designed to resist earthquake loading using appropriate design methodology. We understand that seismic design of the proposed improvements will be in accordance with the 2012 American Association of State Highway and Transportation Officials (AASHTO) LRFD Bridge Design Specifications. Based on the conditions observed in the explorations advanced for the project, the site would classify as Site Class C per the 2012 AASHTO LRFD Bridge Design Specifications. Seismic hazard maps based on a 7 percent probability of exceedance in a 75 -year period (1 -in -975 year event) were used to estimate the design acceleration for the project area. Based on the seismic hazard maps that were reviewed (USGS website 2016), the maximum peak horizontal ground acceleration in the project area for a seismic event with a 975 -year return period (design level earthquake) is approximately 41.2 percent of gravity (0.412g). For a site that classifies as Site Class C, the following table summarizes the spectral accelerations and seismic coefficients that should be utilized to determine the design response spectrum per Figure 3.10.4.1 -1 of the 2012 AASHTO LRFD Bridge Design Specifications. Spectral Accelerations and Seismic Coefficients Soil liquefaction is generally limited to granular soils located below the water table that are in a relatively loose, unconsolidated condition at the time of a large, nearby earthquake. The dense, glacially consolidated deposits that underlie the project alignment are anticipated to have a low susceptibility to soil liquefaction. Consequently, it is our opinion that no special liquefaction - related design or construction procedures will be necessary for this project. Steel Lake Park to Downtown Trail Project 3 -1 0326088.010 February 28, 2017 ' Landau Associates 4.0 CONCLUSIONS AND RECOMMENDATIONS t Based upon evaluation of the data collected during this investigation, it is our opinion that subsurface conditions along the project alignment are suitable for the proposed project, provided the recommendations contained herein are incorporated into the project design. The following sections present conclusions and recommendations regarding site preparation and earthwork, reuse of onsite soils, wet weather earthwork, fill placement and compaction, subgrade preparation, retaining wall design, luminaire foundation support, and infiltration testing results. 4.1 Site Preparation and Earthwork Site preparation and earthwork will include excavating within the footprint of the proposed retaining wall and surrounding areas, backfilling around foundations, and preparing subgrades for sidewalks and pavements. All existing topsoil, organic and man -made debris, and other deleterious material should be cleared ' and stripped from all areas to be occupied by the proposed improvements. Prior to placement of any structural fill, the exposed subgrade under all areas to be occupied by retaining wall footings and ' pavement subgrades should be compacted to a firm, dense, and unyielding condition. The subgrade should be sufficiently compacted such that the upper 12 inches of the subgrade is compacted to at least 95 percent of the maximum dry density as determined using ASTM International (ASTM) test 1 method D1557 (modified Proctor). Overexcavated areas should be backfilled with compacted granular material, in accordance with subsequent recommendations for structural fill that are presented in this report. 4.2 Reuse of Site Soil Soils generated from shallow cuts and /or excavations along the project alignment are likely to generally consist of silty sand and /or sandy silt with varying amounts of gravel and organics and silty gravel. These soil types are considered to be moisture sensitive. Furthermore, at the time of our fieldwork, some of the soils encountered in our explorations were observed to be wet of optimum, ' which could make it difficult to achieve adequate compaction. Therefore, due to the relatively high moisture content and moisture sensitivity of the soils along the project alignment, it is our opinion that it would be impractical to reuse the onsite soil for embankment material or retaining wall backfill, ' especially during periods of wet weather or under wet conditions. If the onsite soil generated from cuts and /or excavations along the project alignment are not suitable for use as fill, it should be disposed of at an offsite location or placed in landscaped areas of the site where several inches of ' post- construction settlement would be tolerable. Imported fill material, if needed, should meet the requirements of Gravel Borrow in Section 9- 03.14(1) of the 2016 WSDOT Standard Specifications for 1 Road, Bridge and Municipal Construction (WSDOT 2016). Steel Lake Park to Downtown Trail Project 0326088.010 4 -1 February 28, 2017 Landau Associates 4.3 Temporary and Permanent Slopes Actual temporary slope configurations and maintenance of safe working conditions should be the responsibility of the contractor, who is able to monitor the construction activities and has direct control over the means and methods of construction. All applicable local, state, and federal safety codes pertaining to temporary excavation safety should be followed. If instability is detected, the contractor should flatten the side slopes or install temporary shoring. Temporary excavations in excess of 4 ft should be sloped in accordance with Safety Standards for Construction Work Part N, WAC 296 - 155 -657, or shored. In the absence of groundwater seepage, any fill soil and alluvial soils encountered along the alignment classify as Type C soil. Glacial till classifies as a Type B soil per Chapter 296 -155 of the WAC. The prescriptive maximum excavation slope in Type C soil is 1Y2H:1V according to WAC 296 - 155 -657. The prescriptive maximum excavation slope for Type B soils is 1H:1V. Flatter slopes, dewatering, or temporary shoring may be required in areas where groundwater flow is present or unstable soil conditions develop. We recommend that permanent cut and fill slopes be designed for inclinations of 2H:1V or flatter. All permanent cut and fill slopes should be vegetated or otherwise protected to limit the potential for erosion as soon as practical after construction. Permanent slopes requiring immediate protection from the effects of erosion should be covered with either mulch or erosion control netting /blankets. Areas requiring permanent stabilization should be seeded with an approved grass seed mixture, or hydroseeded with an approved seed - mulch - fertilizer mixture. 4.4 Wet Weather Earthwork Considerations As described above, the onsite soil is considered to be moisture sensitive. As a result, it may be difficult to control the moisture content of the onsite soil during periods of wet weather. If construction is accomplished during wet weather, we recommend the use of structural fill consisting of an imported, clean, well - graded sand, or sand and gravel containing less than 5 percent passing the U.S. Standard No. 200 sieve, based on a wet sieve analysis of that portion passing the % -inch sieve. In addition, if fill is to be placed or earthwork is to be performed in wet weather or under wet conditions, the contractor may be able to reduce soil disturbance by: • Accomplishing earthwork in small sections • Sloping excavated surfaces to promote runoff • Limiting construction traffic over unprotected soil • Limiting the size and type of construction equipment used • Providing gravel "working mats" over areas of prepared subgrade • Removing wet surficial soil prior to commencing fill placement each day • Sealing the exposed ground surface by rolling it with a smooth drum compactor or rubber - tired roller at the end of each working day Steel Lake Park to Downtown Trail Project 0326088.010 4 -2 February 28, 2017 Landau Associates • Providing upgradient perimeter ditches or low earthen berms and using temporary sumps to collect runoff and prevent water from ponding and damaging exposed subgrades • Stabilizing the soil with an additive (such as lime, cement, or cement kiln dust) to allow its use in wet weather. 4.5 Pavement Subgrade Preparation After clearing, stripping, and any required overexcavation to remove any unsuitable subgrade soil, and before placement of any structural fill, the upper 9 to 12 inches of exposed soil should be scarified, moisture- conditioned, and compacted as described in Section 4.1 of this report. Overexcavation of unsuitable subgrade soil should be in accordance with Section 2- 03.3(14)E of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. If feasible, the prepared subgrade should be proof - rolled with a loaded dump truck, large self - propelled vibrating roller, or equivalent piece of equipment in the presence of a qualified geotechnical or civil engineer to check for the presence of soft, loose, and /or disturbed areas. If any soft, loose, and /or disturbed areas are revealed during proof - rolling, these areas should either be moisture - conditioned and recompacted to the required density, or removed and replaced with select borrow meeting the requirements in Section 9- 03.14(2) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction, and compacted to the required density (see Section 4.6 of this report). 4.6 Fill Placement and Compaction Structural fill used to obtain final elevations for retaining wall footings and pavement subgrades must be properly placed and compacted. In general, any suitable, non - organic, predominately granular soil may be used for fill material, provided the material is properly moisture conditioned prior to placement and compaction, and the specified degree of compaction is obtained. Excavated site material containing topsoil, wood, trash, organic material, or construction debris will not be suitable for reuse as structural fill and should be properly disposed offsite or placed in landscaped areas of the site where several inches of post- construction settlement would be tolerable. Furthermore, the majority of the near surface soils along the project alignment are considered moisture sensitive due to their high fines content. As a result, these materials are not considered to be suitable for reuse as structural fill. The suitability of imported soil for use as compacted structural fill will depend on the gradation and moisture content of the soil when it is placed. As the amount of fines (that portion passing the US Standard No. 200 sieve) increases, the soil becomes increasingly sensitive to small changes in moisture content and adequate compaction becomes more difficult to achieve. Soil containing more than about 5 percent fines cannot consistently be compacted to a dense, nonyielding condition when the water content is greater than about 2 to 3 percent above optimum. Optimum moisture content is defined as the moisture content at which the greatest compacted dry density can be achieved. Steel Lake Park to Downtown Trail Project 0326088.010 4 -3 February 28, 2017 Landau Associates Structural fill should be placed in loose, horizontal lifts less than 8 to 10 inches in thickness and thoroughly compacted. All structural fill under retaining walls should be compacted to at least 95 percent of its maximum dry density, as determined in accordance with Section 2- 03.3(14)D of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction or by the ASTM D1557 test procedure. To avoid overstressing the wall during placement and compaction, backfill placed within 3 ft of the wall face should be compacted to between 90 and 92 percent of the maximum dry density as determined in accordance with Section 2- 03.3(14)D of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction or by the ASTM D1557 test procedure. 4.7 Structural Earth Walls We understand a structural earth wall (SEW) is proposed for this project. The SEW should be designed in accordance with the 2012 AASHTO LRFD Bridge Design Specifications and the manufacturer's recommendations. SEWs are often contractor designed. The design should include an evaluation of the internal stability, bearing capacity, foundation settlement, and external stability (i.e., sliding, overturning, and global stability) and be completed by a licensed engineer. The design should also take into account any slopes that are present either behind or in front the wall. The design should be submitted to the City for review prior to construction. 4.7.1 Internal Wall Design The parameters outlined in the following table can be used for contractor design of the proposed SEW. To limit the potential for excessive facing deflection, which may lead to elevated stresses in the facing and the connection between the facing and the soil reinforcement, the maximum vertical spacing between reinforcement layers should be limited to twice the width of the segmental concrete facing block unit or 2.7 ft, whichever is less (AASHTO 2012). Recommended SEW Soil Design Parameters Soil Properties Wall BackfiII 1 Unit Weight (pcf) Friction Angle (degrees) 135 36 Foundation Soil Retained Soil 135 125 36 34 Cohesion (psf) 0 0 Acceleration Coefficient AS (g) Strength Limit State Extreme Event Limit State N/A 0.412g Notes: (1) Assumes wall backfill consists of Gravel Borrow for Structural Earth Wall meeting the requirements of Section 9- 03.14(4) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction (Geosynthetic Reinforcement) or Gravel Backfill for Walls meeting the requirements of Section 9- 03.12(2) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. Further assumes that wall backfill is compacted to at least 92 percent of the ASTM D 1557 maximum dry density. (2) The acceleration coefficient AS is taken as FPGA x PGA (see Section 3.0 of this report). Steel Lake Park to Downtown Trail Project 0326088.010 4 -4 February 28, 2017 Landau Associates Design of SEWs should include lateral earth pressures caused by any surcharge loads adjacent to the wall. We recommend establishing a minimum vertical surcharge pressure of 250 pounds per square foot (psf; equivalent to typical loads from vehicular traffic) where vehicle traffic is anticipated behind the wall. Where larger surcharge Toads, such as heavy trucks, a crane, or other construction equipment are anticipated in close proximity to the wall, the wall should be designed to accommodate the additional lateral pressures resulting from the larger surcharge load. A smaller surcharge loading may be considered if the wall will not be subjected to large surcharge loads or vehicular traffic. Several of the proposed luminaire foundations will be installed adjacent to and behind the proposed SEW. The wall designer should be aware of these foundations and account for their potential influence on the SEW in their design. The internal stability of SEW systems should be designed in accordance with the requirements of Section 11.10 of the 2012 AASHTO LRFD Bridge Design Specifications. Resistance factors for internal stability of design of SEWs are provided on Table 11.5.7 -1 of the 2012 AASHTO LRFD Bridge Design Specifications. For SEWs, the minimum soil reinforcement length should be taken as 70 percent of the wall height (the wall height includes the embedded depth of the wall) or 6 ft, whichever is greater. SEWs constructed on or near the top of a slope must be built on a minimum 4 -ft -wide horizontal bench at the base of the wall (AASHTO 2012). Section 4.7.4 of this report provides recommended minimum embedment depths of SEW facing, depending on the slope of the ground below the wall. 4.7.2 Wall Subgrade and Foundation Recommendations The subgrade for the proposed SEW should be prepared in general accordance with the recommendations contained in Section 4.1 of this report, and per the manufacturer's requirements and the project plans and specifications. It is estimated that localized overexcavation of approximately 3.5 ft (or more depending on actual depth to bottom of the wall) of the overlying soft and loose alluvial soils present along portions of the SEW alignment will be required. A minimum 6 -inch layer of crushed surfacing base course or crushed surfacing top course should be placed on the properly prepared subgrade to act as a leveling pad. Crushed surfacing should meet the requirements of Section 9- 03.9(3) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction and should be compacted to at least 95 percent of the maximum dry density determined in accordance with Section 2- 03.3(14)D of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. The maximum dry density may also be determined by the ASTM D 1557 test procedure. All prepared foundation - bearing surfaces should be free of any loose soil and water. Prepared footing subgrades should be observed by the geotechnical engineer of record to check that suitable bearing soils are present prior to the placement of any wall fill. Steel Lake Park to Downtown Trail Project 4 -5 0326088.010 February 28, 2017 Landau Associates Provided that the subgrade is prepared as recommended above and consists of the weathered or unweathered till observed in our borings, the proposed SEW should settle less than about 1 inch, with estimated differential settlement on the order of about %2 inch per 30 horizontal feet of wall. This settlement will be mostly elastic settlement and occur during and shortly after wall construction. 4.7.3 Resistance to Lateral Loads Friction developed between the base of the SEW foundation and the supporting subgrade will resist lateral loads transmitted from the wall to its foundation. Passive pressure should not be included in lateral load resistance calculations. For SEWs constructed from precast concrete units, a nominal sliding coefficient of 0.55 (NAVFAC 1982) may be used to compute the nominal sliding resistance between the soil and foundation. If the SEW is constructed with continuous reinforcement, such as grids or sheets, the nominal sliding coefficient should be taken as tan (p), where p is the soil reinforcement friction angle. The angle p should not exceed 23 degrees. The nominal sliding coefficient should be applied to vertical dead loads only. For SEWs, a resistance factor of 1.00 should be applied to the above nominal sliding resista nce for both the strength and extreme limit states. 4.7.4 Global Stability Design of SEWs should include a global stability assessment. A global factor of safety (FOS) of 1.0 indicates that the calculated forces driving instability are equal to the forces resisting instability (i.e., stress equals strength). Retaining walls are typically considered to be stable under permanent or sustained loading conditions (i.e., static loading conditions) if the calculated FOS is 1.3 or greater. Under seismic loading conditions, retaining walls are typically considered to be stable if the calculated FOS is 1.1 or greater. The soil parameters provided in Section 4.7.1 of this report can be utilized in the global stability assessment. The depth to groundwater can be assumed at an elevation equal to the proposed finished grade at the downhill side of the wall. Load factors for static and seismic stability analyses should be taken as 1.0 for both static and seismic stability analysis. The pseudo- static seismic coefficient, kh, should be taken as one -half the maximum wall acceleration, A5, (equal to FPGA x PGA), provided in Section 3.0 of this report. The 2012 AASTHO LRFD Bridge Design Specifications require minimum embedment depths of SEW facing, depending on slope of ground below the wall. Recommended minimum embedment depths are reproduced in the table below. In addition to minimum embedment, the AASTHO specifications require a minimum 4 -ft level bench in front of the wall facing for walls founded on slopes. Steel Lake Park to Downtown Trail Project 0326088.010 4 -6 February 28, 2017 Landau Associates SEW Minimum Embedment Depths pe of Ground Below Wall Minimum Embedment Depth (H is exposed height of wall)(1) Horizontal H /20 3H : 1V H /10 H/7 2H: 1V 1.5H : 1V H/5 Note: (1) On sloping ground (4H:1V or steeper) or where there is potential for removal of the soil in front of the wall toe due to erosion or future excavation, the embedment depth should be 2 ft or the value shown in this table, whichever is greater. On level ground where there is no potential for erosion or future excavation of the soil in front of the wall toe, the embedment depth should be 1 ft or the value shown in this table, whichever is greater As part of this study, a global stability check was performed on one idealized wall cross section with an exposed wall height of 8 feet, a downhill slope below the wall of 3H:1V, wall backfill geometry consistent with that recommended in this report, and material properties identified in Section 4.7.1. Results suggest factors of safety of about 1.6 and 1.1 for static and seismic conditions, respectively. Additional global stability checks should be performed once the SEW design is completed. 4.7.5 Wall Backfill and Drainage Considerations The proposed SEW design includes a through -wall storm drain outfall. Positive drainage away from the wall, prevention of water ponding at the toe of the wall, and proper erosion protection at the toe of the wall is paramount to the internal, local, and global stability of the wall. Wall failure could occur if these items are not properly addressed during design and construction of the SEW. For SEWs, wall backfill within the reinforced zone should consist of Gravel Borrow for Structural Earth Wall meeting the requirements of Section 9- 03.14(4) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. Backfill located greater than 3 ft from the facing elements should be placed and compacted in accordance with Section 4.6 of this report. To avoid overstressing of the wall during placement and compaction, backfill placed within 3 ft of the facing elements should be compacted to between 90 and 92 percent of the maximum dry density as determined in accordance with Section 2- 03.3(14)D of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction, or by the ASTM D1557 test procedure. An underdrain pipe should be provided for SEWs that abut existing native soils. Underdrain pipe should be 6 inches in diameter and conform to Section 9- 05.2(6) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. The underdrain pipe should be located behind the reinforced zone. The pipe should be placed with the perforations downward. The pipe should be placed in a minimum 12 -inch thick envelope of gravel meeting the requirements for Gravel Backfill for Drains in Section 9- 03.12(4) of the 2016 WSDOT Standard Specifications for Road, Bridge Steel Lake Park to Downtown Trail Project 0326088.010 4 -7 February 28, 2017 Landau Associates and Municipal Construction. The drain gravel should completely surround the perforated drainpipe and the gravel should be completely surrounded by a non -woven geotextile material with a minimum 12 -inch overlap. The geotextile should meet the requirements for Moderate Survivability in Table 1 and for Class B in Table 2 of Section 9- 33.2(1) of the 2016 WSDOT Standard Specifications for Road, Bridge and Municipal Construction. The drain line should discharge into the storm drainage system or other approved location. 4.7.6 Construction Dewatering Groundwater was encountered at the time of exploration (November 28, 2016) in borings HA -2 and HA -3, at depths of 0 and 2 ft bgs, respectively. These groundwater depths are likely near seasonal high levels. Based on the anticipated depth of overexcavation needed for the retaining wall foundation, the contractor should be prepared to handle groundwater seepage into the trench, particularly during the winter and early spring months. It is expected that open sump pumping from the excavation where minor amounts of groundwater seepage are encountered will be sufficient, assuming the excavation walls remain stable. Well points may be necessary if substantial pockets of groundwater are encountered and /or the excavation walls become unstable. The contractor should be responsible for the design, installation, monitoring, and maintenance of any required dewatering system(s). If well points are necessary, the contractor should be required to submit a dewatering plan prepared by a registered professional engineer or hydrogeologist for review by the City prior to implementation. 4.8 Luminaire Foundations Luminaire foundations will be constructed in accordance with City Standard Detail 3 -39. We understand that the City requires the excavations for luminaire foundations to be excavated with a vacuum truck. Several feet of the foundation excavation required for the luminaires may encounter glacial till. Excavation of glacial till with vacuum truck methods is usually possible, but the contractor should be aware that this method of excavation can be time consuming. In addition, several of the proposed luminaire foundations appear to be adjacent to and behind the proposed SEW. The wall designer should be aware of these foundation elements and their wall design should account for the presence of the luminaire foundations. Due to relatively high groundwater conditions that may be encountered (0 to 2 ft bgs), we anticipate that the excavations for the proposed luminaire foundations will need to be temporarily cased, and the concrete placed by a tremie pipe and filled from the bottom. If temporary casing is used, it should be pulled as concrete is placed and a sufficient head of concrete should be maintained inside the casing to prevent caving and sloughing of the hole. Alternatively, the casing could be pulled immediately after the placement of the concrete, provided the hole is topped off after the casing has been removed. Steel Lake Park to Downtown Trail Project 4 -8 0326088.010 February 28, 2017 Landau Associates 4.9 Stormwater Infiltration Rates We completed infiltration rate analysis on soils in the vicinity of hand auger borings HA -1A, HA -2, and HA -3, in general accordance with the EPA falling head test method as described in the 2009 King County Surface Water Design Manual (King County 2009). The purpose of this testing was to support design of porous sidewalks, which we understand are no longer being considered for this project. At the time the infiltration tests were performed, standing surface water was observed along the majority of the alignment, which forced us to relocate the infiltration tests to areas having extensive fill soils that are not representative of the infiltration conditions along the alignment. As a result, the results of the falling head infiltration tests are not presented herein. In addition to the falling head tests described above, we estimated the short -term (i.e., unfactored) infiltration rates of the near - surface soil underlying the project alignment in the vicinity of hand auger borings HA -1A, HA -2, and HA -3 in accordance with the 2012 Washington State Department of Ecology Stormwater Management Manual for Western Washington, as amended in 2014 (Ecology 2014) based on grain -size analysis. The correlated short -term infiltration rates are presented in the following table. Correlated Short -Term Infiltration Rates Depth to Groundwater Location Soil Type (ft) HA -1 GM N/E HA -2 j SM 0 HA -3 E SM 2 D10 (mm) 0.012 0.006 0.015 Short Term Infiltration Rate (inches /hr) 6.5* 6.3* 7.0* N/E = Not Encountered *based on grain -size analysis Even though the rates in the table above suggest the soils underlying potential infiltration sites along a portion of the alignment may be suitable for infiltration of stormwater, the depth to groundwater along the alignment ranges from about 0 to 2 ft bgs in some areas. Standing surface water was also observed along the majority of the alignment when we performed our field investigation. This condition makes infiltration infeasible as any infiltration features that extend below grade will not be able to maintain sufficient distance between the seasonal high groundwater level and the bottom of the infiltration facility. Steel Lake Park to Downtown Trail Project 0326088.010 4 -9 February 28, 2017 Landau Associates 5.0 GEOTECHNICAL CONSULTATION AND CONSTRUCTION MONITORING LAI recommends that a geotechnical engineer familiar with the project design review the earthwork and foundation portions of the design drawings and specifications. The purpose of the review is to verify that the recommendations presented in this report have been properly interpreted and incorporated in the design and specifications. We recommend that geotechnical construction monitoring services be provided. These services should include observation by geotechnical personnel during fill placement /compaction activities and subgrade preparation operations to verify that the recommended subgrade conditions are obtained beneath the proposed improvements. We also recommend that periodic field density testing be performed to verify that an appropriate degree of compaction is obtained. Subgrades for SEWs should be observed by geotechnical personnel prior to wall construction, to verify that subgrade conditions are in accordance with the recommendations of this report. The purpose of these services would be to observe compliance with the design concepts, specifications, and recommendations of this report, and in the event subsurface conditions differ from those anticipated before the start of construction, provide revised recommendations appropriate to the conditions revealed during construction. LAI would be pleased to provide these services for you. Steel Lake Park to Downtown Trail Project 0326088.010 5 -1 February 28, 2017 Landau Associates 1 6.0 USE OF THIS REPORT ' LAI prepared this report for the exclusive use of KPG and the City of Federal Way for specific application to the design of the Steel Lake Trail in Federal Way, Washington. Use of this report by others or for another project is at the user's sole risk. Within the limitations of scope, schedule, and budget, our services have been conducted in accordance with generally accepted practices of the geotechnical engineering profession; no other warranty, express or implied, is made as to the professional advice included in this report. The conclusions and recommendations contained in this report are based in part upon the subsurface data obtained from the explorations completed for this study. There may be some variation in subsurface soil and groundwater conditions at the site, and the nature and extent of the variations may not become evident until construction. Accordingly, a contingency for unanticipated conditions should be included in the construction budget and schedule. ' If variations in subsurface conditions are encountered during construction, LAI should be notified for review of the recommendations of this report, and revision of such if necessary. If there is a substantial lapse of time between submission of this report and the start of construction, or if conditions change due to construction operations at or adjacent to the project alignment, we recommend that we review this report to determine the applicability of the conclusions and ' recommendations contained herein. We appreciate the opportunity to provide geotechnical services on this project and look forward to assisting you during the construction phase. If you have any questions or comments regarding the information contained in this report, or if we may be of further service, please call. SMG /CE /SZW /DCS /rgm 1 1 1 1 1 1 Steel Lake Park to Downtown Trail Project 0326088.010 6 -1 February 28, 2017 Landau Associates 7.0 REFERENCES AASHTO. 2012. LRFD Bridge Design Specifications. American Association of State Highway and Transportation Officials. Booth, D. B.; Waldron, H. H.; & Troost, K. G. 2004. Geologic Map of the Poverty Bay 7.5' Quadrangle, King and Pierce Counties, Washington. U.S. Geological Survey. Ecology. 2012. Stormwater Management Manual for Western Washington. State of Washington Department of Ecology. King County. 2009. King County, Washington Surface Water Design Manual. King County Department of Natural Resources and Parks. NAVFAC. 1982. Foundations and Earth Structures — Design Manual 7.2. Department of the Navy, Facilities Engineering Command. May. USGS website. 2016. U.S. Seismic Design Maps Application. http: // earthquake. usgs. gov /designmaps /us /application.php. Accessed December 14. WSDOT. 2016. Standard Specifications for Road, Bridge and Municipal Construction. M41 -10. Washington State Department of Transportation. Steel Lake Park to Downtown Trail Project 0326088.010 7 -1 February 28, 2017 SW 320Th St S 288Th Lakeland North a in u, -S 320Th St Fe Pa_ nther Lake Par E ri 2 0 CO 0 I4 LANDAU ASSOCIATES 0 Celebration Park 0.5 eral Way The Commons at Federal Way 1 Miles Data Source: Esri 2012 Steel Lake Park to Downtown Federal Way, Washington Project Location Everett Seattle Federal Way acoma Olympia Washington Spokane Vicinity Map Figure 1 l7 9Z 3Nf19IH 0S +9T V.S 3NI I HJ1VV Z Legend HA -1 0 Approximate Boring Location and Designation Infil -1 8 Approximate Location and Designation of Infiltration Test Boring Location and Designation Data Source: KPG, City of Federal Way Steel Lake Park to Downtown Federal Way, Washington 0 0 0 V1 0 Scale in Feet 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 00 0 -o 0 E O O XX .0 V C N N 0 0 O 0 o 000 0 ry v z 33NVlLLN3 M?1Vd VZ 31111911 0S +9t V15 3N11 HJ1VW Legend O Approximate Boring Location and Designation B Approximate Location of Infiltration Test Boring Location and Designation Federal Way, Washington 0 0 0 Lf, 0 Scale in Feet APPENDIX A Field Explorations 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Landau Associates APPENDIX A FIELD EXPLORATIONS Subsurface conditions along a portion of the project alignment were explored by advancing and sampling 4 exploratory borings (HA -1 through HA -3, including HA -1A). The approximate locations of the geotechnical exploratory borings are shown on Figure 2 of this report. Borings HA -1 through HA -3 were completed by an LAI representative using a hand auger, shovel, and /or post -hole digger on November 28, 2016 to depths ranging from 1.5 to 6 ft bgs. The field exploration program was coordinated and monitored by an LAI representative, who also obtained representative soil samples, maintained a detailed record of the observed subsurface soil and groundwater conditions, and described the soil encountered by visual and textural examination. Each representative soil type observed in our exploratory borings was described using the soil classification system shown on Figure A -1, in general accordance with ASTM International (ASTM) D2488, Standard Practice for Description and Identification of Soils (Visual - Manual Procedure). The logs of the exploratory borings are provided on Figures A -2 through A -5. These logs represent LAI's interpretation of subsurface conditions identified during the field exploration program. The stratigraphic contacts shown on the individual logs represent the approximate boundaries between soil types; actual transitions may be more gradual. The soil and groundwater conditions depicted are only for the specific dates and locations reported and, therefore, are not necessarily representative of other locations and times. A further discussion of the soil and groundwater conditions observed is provided in the text portion of this report. Disturbed samples of the soil encountered in the exploratory borings were obtained at intervals determined by the LAI representative from soil cuttings generating by the excavation process and placed in plastic bags. Soil samples collected in this manner were taken to our laboratory for further examination and testing. A discussion of laboratory test procedures and the laboratory test results is provided in Appendix B. Upon completion of drilling and sampling, the boreholes were backfilled with excavated soil cuttings. A Dynamic Cone Penetrometer (DCP) was used to continually test the soils' relative density or consistency. The number of blows of the 4 or 8.2 kilogram hammer to drive the penetrometer each 6 -inch increment was recorded. The results of the DCP soundings produce a blow count that was correlated to the Standard Penetration Test (N- value). Geotechnical Engineering Report Project No. 0326088.010 Steel Lake Park to Downtown Trail Project A -1 February 28, 2017 Soil Classification System uscs MAJOR GRAPHIC LETTER TYPICAL DIVISIONS SYMBOL SYMBOL DESCRIPTIONS (2X3) COARSE - GRAINED SOIL (More than 50% of material is larger than No. 200 sieve size) GRAVEL AND GRAVELLY SOIL (More than 50% of coarse fraction retained on No. 4 sieve) CLEAN GRAVEL (Little or no fines) • • • c • • • GW Well- graded gravel; gravel/sand mixture(s); little or no fines Poorly graded gravel; graveVsand mixture(s); little or no fines Silty gravel; graveVsand/sik mixture(s) Clayey gravel; graveVsand/clay mixture(s) s .' o ' o ' GP GRAVEL WITH FINES (Appreciable amount of fines) ` . ` . ` . GM iv. .- ° • ` • GC SAND AND SANDY SOIL (More than 50% of coarse fraction passed through No. 4 sieve) CLEAN SAND (Little or no fines) SW Well- graded sand; gravelly sand; little or no fines Poorly graded sand; gravelly sand; little or no fines Silty sand; sand /silt mixture(s) Clayey sand; sand/clay mixture(s) SP SAND WITH FINES (Appreciable amount of fines) SM ;g SC FINE- GRAINED SOIL (More than 50% of material is smaller than No. 200 sieve size) SILT AND CLAY (Liquid limit less than 50) ML Inorganic silt and very fine sand; rock flour; silty or clayey fine sand or clayey silt with slight plasticity Inorganic clay of low to medium plasticity; gravelly clay; sandy clay; silty clay; lean clay Organic silt; organic, silty clay of low plasticity / , CL RIM 0 SILT AND CLAY (Liquid limit greater than 50) I MC Inorganic silt; micaceous or diatomaceous fine sand Inorganic clay of high plasticity; fat day Organic clay of medium to high plasticity; organic silt jH OH HIGHLY ORGANIC SOIL ,� vwww1M■ A PT Peat; humus; swamp soil with high organic content GRAPHIC LETTER OTHER MATERIALS SYMBOL SYMBOL TYPICAL DESCRIPTIONS PAVEMENT ' AC or PC Asphalt concrete pavement or Portland cement pavement ROCK 1 RK Rock (See Rock Classification) WOOD FA.. ...n weir�, 1yd.�.!v�1� WD Wood, lumber, wood chips DEBRIS r 0. o 0 4 DB Construction debris, garbage Notes: 1. USCS letter symbols correspond to symbols used by the Unified Soil Classification System and ASTM classification methods. Dual letter symbols (e.g., SP -SM for sand or gravel) indicate soil with an estimated 5-15% fines. Multiple letter symbols (e.g., ML/CL) indicate borderline or multiple soil classifications. 2. Soil descriptions are based on the general approach presented in the Standard Practice for Description and Identification of Soils (Visual - Manual Procedure), outlined in ASTM D 2488. Where laboratory index testing has been conducted, soil classifications are based on the Standard Test Method for Classification of Soils for Engineering Purposes, as outlined in ASTM D 2487. 3. Soil description terminology is based on visual estimates (in the absence of laboratory test data) of the percentages of each soil type and is defined as follows: Primary Constituent: > 50% - "GRAVEL," "SAND," "SILT," "CLAY," etc. Secondary Constituents: > 30% and < 50% - "very gravelly," "very sandy," "very silty," etc. > 15% and < 30% - "gravelly," "sandy," "silty," etc. Additional Constituents: > 5% and < 15% - "with gravel," "with sand," "with silt," etc. < 5% - "with trace gravel," "with trace sand," "with trace sift," etc., or not noted. 4. Soil density or consistency descriptions are based on judgement using a combination of sampler penetration blow counts, drilling or excavating conditions, field tests, and laboratory tests, as appropriate. Drilling and Sampling Key SAMPLER TYPE SAMPLE NUMBER & INTERVAL Field and Lab Test Data Code Description a 3.25 -inch O.D., 2.42 -inch I.D. Split Spoon b 2.00 O.D., 1.50 I.D. Split Spoon Code Description PP = 1.0 Pocket Penetrometer, tsf TV = 0.5 Torvane, tsf PID = 100 Photoionization Detector VOC screening, ppm W = 10 Moisture Content, % D = 120 Dry Density, pct -200 = 60 Material smaller than No. 200 sieve, GS Grain Size - See separate figure for data AL Atterberg Limits - See separate figure for data GT Other Geotechnical Testing CA Chemical Analysis -inch -inch c Shelby Tube d Grab Sample e Single -Tube Core Barrel f Double -Tube Core Barrel g 2.50 -inch O.D., 2.00 -inch I.D. WSDOT h 3.00 -inch O.D., 2.375 -inch I.D. Mod. California i Other - See text if applicable 1 300-lb Hammer, 30 -inch Drop �I 1 J Sample Identification Number Recovery Depth Interval F Sample Depth Interval Portion of Sample Retained for Archive or Analysis 2 140-lb Hammer, 30 -inch Drop 3 Pushed 4 Vibrocore (Rotosonic/Geoprobe) 5 Other - See text if a • • licable Groundwater E_ Approximate water level at time of drilling (ATD) Y Approximate water level at time other than ATD 14 LANDAU ASSOCIATES Steel Lake Park to Downtown Trail Federal Way, Washington Soil Classification System and Key Figure A _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 I1� 1 1 1 1 1 1 1 1 1 1 1 1 1 IL BORING LOG WIT • 0 co C HA -1 LAI Project No: 326088.010.0' 1 SAMPLE DATA SOIL PROFILE w a 0 —0 —4 — 470 a Ts. E co m (o co 0 2 m U Drilling Method' Hand Auger Ground Elevation (ft)* 471 Logged By: DSB Date 11/28/16 roundwater Moisture Content (%) Plastic Liquid Limit ) • I Limit 20 40 60 80 • SPT N -Value • A Non - Standard N -Value 20 40 60 80 / Fines Content ( %) X 20 40 60 80 S-1 S -2 i5 d5 i5 d5 32 64 // O/( DB Grass and leaves SM Dark brown, gravelly, silty SAND with trace organics (dense, moist) (WEATHERED GLACIAL TILL) 3 c 3,d'G 3 c C 3 c GP- GM Boring Completed 11/28/16 Total Depth of Boring = 1.5 ft. Light brown, sandy GRAVEL with silt (very dense, moist to wet) (GLACIAL TILL) Hand auger refusal on gravels at 1.4 ft SPT correlated from dynamic cone \penetrometer (DCP) test 0 0 a z N o_ ° Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. LANDAU ASSOCIATES Groundwater Not Encountered H Steel Lake Park to Downtown Trail Federal Way, Washington Log of Boring HA -1 Figure A -2 cs L BORING LOG WIT rn a. 0 0 0 0 w a z .010.011 2/ SAMPLE DATA HA-1A SOIL PROFILE L 0 0 —4 0 c Z m a) '3a a a) > EE' W v)o 472 - —470 5-1 S-2 a IT ti 0 0 m a) 1- Graphic Symbol USCS Symbol Drilling Method: Hand Auger Ground Elevation (ft). 472 Logged By • DSB Date 11/28/16 Groundwater LAI Project No: 326088.010.0' 1' Moisture Content ( %) pi Moisture Lipuitl Limit �� Limit 20 40 60 80 • SPT N -Value • A Non-Standard N -Value A 20 40 60 80 X Fines Content ( %) X 20 40 60 80 d5 d5 W = 17 GS Dark brown, gravelly, silty SAND (medium dense to dense, moist to wet) (WEATHERED GLACIAL TILL) Light brown, very sandy, silty, fine to coarse GRAVEL (dense, moist) (GLACIAL TILL) Groundwater Not E •X Boring Completed 11/28/16 Total Depth of Boring = 3.5 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. IA LANDAU ASSOCIATES Steel Lake Park to Downtown Trail Federal Way, Washington Log of Boring HA -1A Figure A -3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 IL BORING LOG WI 8.010.011.GPJ S co w 0 cc CL_ z 8.010.011 2 HA -2 LAI Project No: 326088.010.0' 1 SAMPLE DATA -c a a� 0 —0 —4 —6 iv a a) E a c Z ~ ▪ o u o oZ m LL > E c E 3 W mats u) m 460 —458 — 456 —454 ca m 0 t— S-1 S-2 S -3 1 i 1 1 d5 i5 d5 d5 i5 i5 i5 i5 i5 i5 11 15 19 31 47 W =13 GS SOIL PROFILE Drilling Method. Hand Auger Ground Elevation (ft). 460 Logged By: DSB Date. 11/28/16 Dark brown, sandy SILT with gravel and trace organics (soft, wet) (ALLUVIUM) Light brown, very gravelly, silty SAND (very loose, wet) grades to with gravel (loose, moist to wet) Hand auger refusal on gravels at 3.5 ft Interpreted Weathered Glacial Till based on DCP resistance SPT correlated from dynamic cone penetrometer (DCP) test ATDKGfOUndWater Moisture Content ( %) Plastic Liquid Lunit I.1 Limit 20 40 60 80 • SPT N -Value • L Non- Standard N -Value 20 40 60 80 X Fines Content ( %) X 20 40 60 80 _ • X A A Boring Completed 11/28/16 Total Depth of Boring = 6.0 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key" figure for explanation of graphics and symbols. IA LANDAU ASSOCIATES Steel Lake Park to Downtown Trail Federal Way, Washington Log of Boring HA -2 Figure A -4 326088.010.011 2/28/17 N: \PROJECTS \326088.010.011.GPJ SOIL BORING LOG WITH GRAPH HA -3 LAI Project No: 326088.010.0' SAMPLE DATA SOIL PROFILE to 0 —0 0 a� W 462 —2 —460 —4 —458 0 H a� 0. E 0) 8 u_ m m 0 Graphic Symbol USCS Symbol Drilling Method' Hand Auger Ground Elevation (ft)- 462 Logged By: DSB Date: 11/28/16 Groundwater Moisture Content ( %) Plastic Liquid Limit 1 -1 Limit 20 40 60 80 • SPT N -Value • A Non- Standard N -Value A 20 40 60 80 X Fines Content ( %) X 20 40 60 80 S-1 S-2 i 1 i5 i5 d5 i5 d5 i5 15 i5 15 15 15 10 14 16 22 42 W = 14 GS SM Brown, silty SAND with gravel (medium dense, moist) (WEATHERED GLACIAL TILL) SM Brown, very gravelly, very silty SAND (medium dense to dense, wet) (GLACIAL TILL) Hand auger refusal on gravels at 3.8 ft SPT correlated from dynamic cone penetrometer (DCP) test • X Boring Completed 11/28/16 Total Depth of Boring = 4.2 ft. Notes: 1. Stratigraphic contacts are based on field interpretations and are approximate. 2. Reference to the text of this report is necessary for a proper understanding of subsurface conditions. 3. Refer to "Soil Classification System and Key' figure for explanation of graphics and symbols. 14 LANDAU ASSOCIATES Steel Lake Park to Downtown Trail Federal Way, Washington Log of Boring HA -3 Figure A -5 APPENDIX B Laboratory Soil Testing Landau Associates APPENDIX B LABORATORY SOIL TESTING The laboratory testing program, which was conducted in general accordance with the ASTM International (ASTM) standard test procedures described below, was limited to visual inspection to confirm our field soil descriptions and determinations of the natural moisture content and grain -size distribution of selected soil samples. The natural moisture contents of selected soil samples obtained from our exploratory borings were determined in general accordance with ASTM D 2216 test procedures. The results from the natural moisture content determinations are indicated adjacent to the corresponding samples on the summary logs presented in Appendix A. The grain size distributions of selected soil samples obtained from our exploratory borings were determined in general accordance with ASTM D 422 test procedures. The results are presented in the form of grain size distribution curves on Figure B -1. Geotechnical Engineering Report Project No. 0326088.010 Steel Lake Park to Downtown Trail Project B -1 February 28, 2017 326088.010.011 2/28/17 N: \PROJECTS \326088.010.011.GPJ GRAIN SIZE FIGURE U.S. Sieve Numbers U.S. Sieve Opening in Inches 8 N 0 0 0 0 0 CD 0 CO CO m N Ih N M m 0 0 00) co N- c0 L 0 O M It- m )(q Jauld auaaJad 0 O • O O O 0 8 a) a) E i C N_ U) C 0 C as a) C LL E as as U a) > CD a) C LL a) 0 0 _ C .2 C a) -a U • N C 0U 0 U7 Soil Description J W 0 y T V C c6 W r 3 0 r rn J 0 z U) N T N O) > 0 m as as -4 z cO L 0 O N l0 O N N N 0.� E E as 7 U) z N U) N co N U) C O cu .0 O E z W S N 2 M Q 2 0 Q E T • 8 1 Grain Size Distribution c, S