Loading...
AG 18-050RETURN TO: PW ADMIN EXT: 2700 ID #:plZ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / STI?Err 2. ORIGINATING STAFF PERSON: ,I —FF N 1) Y N ('1 EXT: 2721 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) )4: PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT o' PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE o RESOLUTION o CONTRACT AMENDMENT (AG#): 18 t) 50 0 INTERLOCAL OTHER 0(4N61E OA. M,,� 4. PROJECT NAME: o9 O I O A mph a I+ l V arl 424 ---pr-9)a; 5. NAME OF CONTRACTOR: 0 • y _ A "' _ �� �r, ADDRESS: _ [MPI:41 �' ! _ 1 '" : TELEPHONE: i�P4 - 6 E-MAIL: FAX: (2c') 414.- 2(.1(0 SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS: SCOPE, WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / /_ ❑ ALL OTHER n 7. TERM: COMMENCEMENT DATE: 14/1 % 1�% I g COMPLETION DATE: 1 0/3 l 12 61 8. TOTAL COMPENSATION:• $ ( ���•l UD (t5Pg 4 C UDE EXPENSES AND SALES TAX, IF ANY) OF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYE S TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES - o NO IF YES, $ PAID BY: o CONTRACTOR ❑ CITY PROVIDED AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND RETAINAGE: RETAINAGE AMOUNT: RETAINAGEj� ���❑ % PURCHASING: PLEASE CHARGE TO: 1. LjL /t . S1-7- . 31)-(P35 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED PROJECT MANAGER 1 51'i 111< o DIVISION MANAGER - ❑ DEPUTY DIRECTOR A DIRECTOR i5 1 i. � lb o RISK MANAGEMENT (IF APPLICABLE) LAW DEPT �,�,� �% �/1( i'7S 10. COUNCIL APPROVAL (IF APPLICABLE) SCHEDULED COMMITTEE DATE: 3)51.9 of g COMMITTEE APPROVAL DATE: 5/ 5C) 120i k SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING J IL1� i I SENT TO VENDOR/CONTRACTOR DATE SENT: DATE REC D: I •��, ���� \ ❑ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS o 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 INITIAL / DATE SIGNED IS NEEDED.) ENT LAA LnPT \_ .1• Se .( i - s' IGNATORY ._-- 4••-r �' 7 o CITY CLERK r.PRO �1.[� ASSIGNED AG # AG# , Kra ""A JO o SIGNED COPY RETURNED DATE SENT: -✓i • o RETURN ONE ORIGINAL COMMENTS: EXECUTE " " ORIGINALS 1/2018 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG# 18-050 PROJECT NUMBER 2018 Asphalt Overlay Project PROJECT TITLE 2 May 10, 2018 CHANGE ORDER NUMBER EFFECTIVE DATE SUMMARY OF PROPOSED CHANGES: Tucci and Sons, Inc. CONTRACTOR The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes ® No ❑ Yes ❑ No SUMMARY OF PROPOSED CHANGES: Change Order No. 2 provides to add all the 2018 Asphalt Overlay Project Schedule D — S 328th St Pavement Repair back to the Contract as shown on the attached plans. Schedule D Bid Items will be added back to the Contract as follows: Item Description Quantity Unit Unit Price Total Bid 1 Mobilization 1 LS $6000 $6000 2 Traffic Control Labor 120 HR $52.00 $6,240.00 3 Other Traffic Control Labor 6 HR $52.00 $312.00 4 Portable Changeable Message Sign 6 DAY $80.00 $480.00 5 Asphalt/Cement Conc. Sawcutting 1,338 LF $0.01 $13.38 6 Roadway Excavation Incl. Haul 45 CY $160.00 $7,200.00 7 Construction Geosynthetic for Separation 50 SY $0.50 $25.00 8 CSTC for Pavement Repair & Roadway Widening, Incl. Haul 30 TN $16.00 $480.00 9 HMA Class 1" PG 64-22 for Pavement Repair & Roadway Widening 90 TN $155.00 $13,950.00 10 Raised Pavement Marker, Type 2 0.25 HUND $333.00 $83.25 11 Hydrant Marker, Type 2B 2 EA $8.00 $16.00 12 Paint Line 1,050 LF $1.00 $1,050.00 Total = $35,849.63 The total contract amount increased by the change order is $35,849.63. The changes included in this change order will not affect the critical path schedule for this project; therefore, no working days will be added to the project per this change order. TOTAL NET CONTRACT: INCREASE $35,849.63 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. DEPARTMENT RECAP TO DATE: CHANGE ORDER AGREEMENT 1 5/10/2018 ORIGINAL CONTRACT AMOUNT $ 1,384,071.00 PREVIOUS CHANGE ORDERS $ -35,720.00 THIS CHANGE ORDER $ 35,849.63 *ADJUSTMENTS $ 0.00 NEW CONTRACT AMOUNT $ 1,384,200.63 Mh.. - cci Presidents— /F $. T BR'S SIGNAL URE i L.. \l- 5/241 g DATE DIREC OR'S SIGNATURE DATE CHANGE ORDER AGREEMENT 2 5/10/2018 S 3AV H16£ S 328TH ST cri Eo C•) BEGIN PAVEMENT REPAIR 9 EXTRUDED CONC. CURB CONSTRUCTION NOTES: CEMENT CONC. CURB AND GUTTER M CEMENT CONC. SIDEWALK _Uz 0 O Z1 zU) o<LU -w H W 0 U z 000 J z z W W 0 zm o=o W a I - <HO z=0 0WZ < H Q) JE m n < !3AVH18£ 5/8" MINUS CSTC, COMPACTED 3' U) H Q H a Lu 0 J J LL LL o W H U_ 0 z Q W = H H H O ww z0 g W a0 ii u_ N WIDE MAX. BY OVERLAY DEPTH HYDRANT MARKER, TYPE 2B • 40, WIDEN ASPHALT ROADWAY Tr DETECTOR LOOP SAWCUT ASPHALT PAVEMENT OR CONCRETE Cn PLASTIC TRAFFIC ARROW = PRELEVEL WITH HMA CL 1/2" PG 64-22 CO PLASTIC STOP LINE 0) PAVING FABRIC PLASTIC CROSSWALK LINE C N ADJUST MANHOLE C0 ASPHALT CONC. SPEED HUMP ADJUST CATCH BASIN N N s AN co N S A� CEMENT CONC. APPROACH N N 0 z 0 0 H W Q w as 00 �� W (7 ?0 �w >< 0< a 2 W O) e, 0 z 0'w^ W J ( PRECAST DUAL FACED SLOPED MOUNTABLE CURB C.) N W Ca co ce 0 O z SOD, INCL. 4" TOPSOIL N LU a O U a O ct a Ili 2 ✓ co W U 0 0 Z Z0 O U I- H H z Co W Q 0 Q fn O H z w 2 Lu a_ U- 0 W 0 0 W z w 0 w 0 W z w U H 0 z ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE. U) N CEMENT CONC. CURB RAMP TYPE 2 PARALLEL H CO H U) H U) w it X LU O W w = MONUMENT CASE H z 0 >- 2 W cc W U' z z Q m z 0 0 z 0 2 0 H 0 z 0 c ASPHALT APRON (0 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION U LU -J 0 2 z a 2 O z W J 0 z Q z Q 0 0 H Co z CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR 0 X 0 z 0 I- U z O z H U) H co W w W u II II X w u 0 0 as LL 0 x..40 aF44 ❑ 11.1 up ❑ I— W Cy = co r ri 0 F— W J � < 00N fx VJ co J r O W 0 0 0 z 0 Lu ccz 0 0) W 0 z 0 F- 0 U W 0 z C, 0 z H Es2' 0 VERIFY SCALE z OZ _g U WO o< m0 O Z J 0 (4 0 =p'z Z < CC W W O Z 0z< 0wJ LL F U PROJECT ENG - I w z a Jeff. huynh6cilyollederavay corn ll iv U F,.§1 0 o O _ !• 5 M u U. 4pJ b*P'.M049Qof'P•aS A.tc,Gil YLOtS1�3rOM�l4S33biSSMU9fId�thADQeaMoadrwm,DaTtife, l3'Y3"M7� VPd V 1/p Wal NdOYCGID6/1 'PWI C �414d/q! ".4 Yttakt ASPHALT PVMT OVERLAY (THICKNESS VARIES) J -J =m cn 0 Z 1-1- w w z0 U wwuwi W z a 0 I— O w = Z CO F- EXISTING GRAVEL BASE U 52 20 O w H I COMPACTED SUBGRADE 0 z U Q b a 2 z WI Q w W 0 < W W0 J O 0 K co a OZ UO' y (O H ASPHALT PVMT OVERLAY (THICKNESS VARIES) EXISTING GRAVEL BASE W_ 2 oz a H 0 W0 WCC CO Z W N y 0 W LL S w0z O O n < }' U aLo CL V) Z jw CL -J a' W H 2 w co m 0 Z co (f) J W Q U- 0 O w H 0Q 0 0 H LL W H O w0 2 O) z W m O j ¢_ H ~ W Z 0) w w > w d 2 0 0 Z x co 1— wW Z () Ei Z ALTERNATE PAVEMENT PATCHING DETAIL ARTERIAL PAVEMENT PATCHING DETAIL Y / 5 I W 2 Or Z I 5 I o a I ��- z O Q z F-2x}O W Q O J w a0 >wOQF- U 2 w wOz°- 1- a D 0 a2 001-23 < U 0O Li U W 2 LL COQ to M w (n a F 2 2 o z a' W J > OO O o �0 Q W 2 2 J w 2 LL O 0 a EXISTING CURB ASPHALT PVMT OVERLAY (THICKNESS VARIES) J =m p 0 J Z w sLL U w x a Z O Z F- 0 U Z W W W wUa > Z 2 a o i- O w S z m F 2 0 LL z w w U 5 a w a a EXISTING GRAVEL BASE U) } < 20 w O w Q OH z O 00x H (O a a wF cnyC? 0 W U_ W LL Z U LU F1.=o F WO Iw-U W a. Oww Z > F- 0'' N a Z O Q 0 N(9Upp-" Q LL W(J CO2LLa 022 a X 7 z a W U — CO u_ O U W W O O W ¢�xUU2U 0) 0 0 0 s"aaU1 U o a— a m 0 U z w w 0 oa w0 wa- 2 D O as oZ �O y CO RESIDENTIAL PAVEMENT PATCHING DETAIL 0 9 1 co a H Z(/) J_ Q J ~ a W 0 C0 d Z W Q CC Z W W >> >z 0 0 r a_ a' 0 w 0 INITIAL. DESIGN VERIFY SCALE z O 0Z U ¢ Z� w ZJ OQ n? a- 00 0 >- Z F J O 0 Z U O Z tx -0 ww 0=¢ H- co m O�w LL ~U PROJECT ENG 4 LU Z N O tO a N Q Ui W jef hoynh(djc4yofledefelwey corn Igt Von 4pJ lIV/30OuMtl+•e414X- nsasiaarobe caatlis s xmarkmak$44acaramdMYA4Vv t311IAMM .vwe •d MVP4M waysssw¢Te1moon aIN -19 AW.OYIDL M iM18 W+tia 4/2017 RETURN TO: PW ADMIN EXT: 2700 ID #: p 4i k ,Iii CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / S I LCjS 2. ORIGINATING STAFF PERSON: JE.: Fe- f l UYN•4I EXT: 7 1 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) it] PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE 0 RESOLUTION 30 CONTRACT AMENDMENT (AG#): i u- 0cr) ❑ INTERLOCAL t OTHER (I-tANLtr, i/�rlNctz 4. PROJECT NAME: 2Ot``(4 X15NAL" cVE 2LAY PI20.-m1', 5. NAME OF CONTRACTOR: TULG c;. v' 4 oi 1s. i- (7 ADDRESS: L �c� L (fes 12 (UGI G� KIA LI L TELEPHONE:_____________ - 24x76 ATG E-MAIL: FAX: :263 - 422 SIGNATURE NAME: TITLE: 6. EXHIBITS AND ATTACHMENTS11 SCOPE, WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 0 ALL OTHER 7. TERM: COMMENCEMENT DATE: COMPLETION DATE: 8. TOTAL COMPENSATION: $ I) 3)4 ;,, 5-1 (I, :1)50-1-, % 7 I - :0, ... 2L (INCLUDE EXPENSES AND SALES TAX, IF ANY) r (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES//TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: 0 CONTRACTOR 0 CITY PROVIDED RETAINAGE: RETAINAGE AMOUNT: RETAINAGE AGREEMENT (SEE CONTRACT) OR c RETAINAGE BOND .URCHASING: PLEASE CHARGE TO: V®� 44ki).-7 ‘ £3 a �0 3 5 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED . PROJECT MANAGER 1 14 2.71 :4,1 K i ADIVISION MANAGER ` / .y,% ¢L DEPUTY DIRECTOR / "1 �l r DIRECTOR f i t o RISK MANAGEMENT (IF APPLICABLE) 304 LAW DEPT C{ , ���/ �� j 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 3 5 I )-OI k COUNCIL APPROVAL DATE: 3 / 30 1..Z0I g I 11. CON❑ SE6 NT TO VET OR/CONTRACTOR DATE SENT: 5 DATE REC'D: 2,4-41 o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LIC NSES, EXHIBITS o 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 INITIAL / DATE SIGNED IS NEEDED.) T _:� SIGNATORY •' -3 - iR •[RECTOR_ , '' ' /S o CITY CLERK V `' 11' yASSIGNED AG # AG# 1i3 A- Ilic SIGNED COPY RETURNED DATE SENT: .- 50//8- .i?' 2 RETURN ONE ORIGINAL COMMENTS: EXECUTE " " ORIGINALS #- 1f4's 'diff Zile i./ dilly, dc( anur� � 0P '✓P P d,U� 5'''-i ' ,�Q✓' Sir2-eili(2 %l2P4f er ,l•� ,�; Ii1 4/2017 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG# 18-050 PROJECT NUMBER 2018 Asphalt Overlay Project PROJECT TITLE 1 April 27, 2018 CHANGE ORDER NUMBER EH±CTIVE DATE SUMMARY OF PROPOSED CHANGES: Tucci and Sons, Inc. CONTRACTOR The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? 111 Yes ® No ❑ Yes ❑ No SUMMARY OF PROPOSED CHANGES: Change Order No. 1 provides to delete forty-seven (47) Detector Loops from the 2018 Asphalt Overlay Project as shown on the attached plans. The reason for deleting 47 Detector Loops from the 2018 Asphalt Overlay Project is the City of Federal Way Traffic Division is using a new cost effective alternative GridSmart Video Detection that will perform vehicle tracking, detection, and data collection. The total quantities will be deleted as follows: Item Description Quantity Unit Unit Price Total Bid A 32 Detector Loop 40 EA $760.00 $30,400.00 B 26 Detector Loop 7 EA $760.00 $5,320.00 Total = $35,720.00 The total contract amount decreased by the change order is $35,720.00. The changes included in this change order will not affect the critical path schedule for this project; therefore, no working days will be added to the project per this change order. TOTAL NET CONTRACT: INCREASE DECREASE $35,720.00 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. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 1,384,071 PREVIOUS CHANGE ORDERS $ 0 THIS CHANGE ORDER $ - 35,720 *ADJUSTMENTS $ 0 NEW CONTRACT AMOUNT $ 1,348.351 Michae Vii, President 4,_5 =22-4? DATE CHANGE ORDER AGREEMENT DATE 1 4/27/2018 ZO`d ±3 HS 33S 3NI1HO LWI in X S AMH OIIIOVd CEMENT CONC. CURB AND GUTTER CEMENT CONC. SIDEWALK nr ci O QO U_ 00 Z� Z( oZQ w QHw Z -10Zz trQW O Z >. J m Q I-01- ce Q Q 0 Z=0 OHz WFQ- U) D J CI? U< u 0 7 m a) E a) m a w O c E 3 0) c c m EC c U 00 5/8" MINUS CSTC, COMPACTED 3' 10 r WIDE MAX. BY OVERLAY DEPTH HYDRANT MARKER, TYPE 2B H I cr I- d w0 Z OV - IL w0 0 Nv w O Q H O w < x_ 0 re U) Z Q (I) Qce ceF- 0D <o O wLL. JZ .5Z w z 0 OOH CL Q (0 0w II w II V) N s;.;. .❖. .❖. WIDEN ASPHALT ROADWAY DETECTOR LOOP I- r SAWCUT ASPHALT PAVEMENT OR CONCRETE U, PLASTIC TRAFFIC ARROW 1°1 = PRELEVEL WITH HMA CL 1/2" PG 64-22 CO PLASTIC STOP LINE 0) r PLASTIC CROSSWALK LINE N PAVING FABRIC ADJUST MANHOLE nn ASPHALT CONC. SPEED HUMP N ADJUST CATCH BASIN CO CO � COcn (0M � SAV 9Z Cr) Cl) SAV VZ S SAVZZ S AV OZ Sid61. U co co M SAV81. SAV OZ S is Ni 5Z Z Z J J tt) CO C+) M CO N V £Z WI I?i'A.d C] U) M U) • A SAMi- CEMENT CONC. APPROACH N N O Z O 0 W 00 J Q W [[ALL <0 0 1- u) co 0 O z UQ 0 2 >w 0 Z W (9 W J PRECAST DUAL FACED SLOPED MOUNTABLE CURB CV N ADJUST MONUMENT CASE AND COVER O SOD, INCL. 4" TOPSOIL CEMENT CONC. CURB RAMP TYPE 1 PARALLEL ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE. t N CEMENT CONC. CURB RAMP TYPE 2 PARALLEL ASPHALT APRON CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR Q CO 0 0 W T: a O• icy t aE- 0 2 I 1 II 2 z J = O Z U Z W w Q r Q W z Z Z m D o w g§ w g 0 IL z 0 0 z J 0 z 0,50wUw)=20E- cowUQW o!ZQ0 O- O O O Z U w F=- Z U. U~) 2 UU)) z Z z 2 z Z Z z z H H H H H H R H V) U) U) Z U1 U) U) U) V) W W W. W W W W W II II II II II II II II II 0 aw�,�L �� W H ()CDR J _v I DSImw5Wnl'b'+OSM1+MD11IO2".+C10C• A14WWWX/rw'O CI Of3133t0tMSl3311V7S)w MI ++CVGV21C1.MIWuwne00r,I ICIMi]n and M'd P^1.4. ISa Cl it CIOOMP:0. 0.0 O O c6 cc v r 1 <co 0 a Q LLJ J (/) D N W 2 ch 0 u) F- U W J < vJ c0 J N \W 0 0 z 0 w cc z 0 cc U' cc DESCRIPTION INITIAL DESIGN F 0 3k VERIFY SCALE 0 0U)0 I— - ice? G z < C E5. wo cu Z o=Q N H u) co (7 — O W o Z— m0 1r0 to PROJECT EN u W Z i A 8 I 1 .wm)4CN M1C16wN •�uMOC10C 1•H 105$ 0d C o C Ca n CU E o a) > > LL SIN 7 o c c a) > m a C H C CCI O .- E C W m CT C C co a C C) a) m C7) C C (a a C .C5 CO C C) Ca E m t a aci E > a rIN 7 c y CO ca a C C 0 C a C w m COV 133HS 33S 3NI1HO1WW n u# ' uo 1.4k + N N CA o) o 03 Ej CD CO -0 "r w� EN a)a co a y C E O C Em O •m C m a cca c E m M 8 N CV Z13 S 0$oCCad* ETSoN I$o=m _ O O N d x Cf 1 M EXTRUDED CONC. CURB N CEMENT CONC. CURB AND GUTTER C.) CEMENT CONC. SIDEWALK 5/8" MINUS CSTC, COMPACTED 3' CC) WIDE MAX. BY OVERLAY DEPTH $ w O i 1 rc8 QO ss 0Z < 0 0 zH H w N� Z( a a OZre 0 Z w 0_ '4'Q0RZ J F-� 0a 5 u- w0 CO CV o CY 0Z» 1 aw Z Jm < cc_ 0=w 0 cc u) < 0 �H 0LU Z=0 0� Q°8 O -Z (.9 I --co '-o ZO 00 DJO -IV 0V mii LLQ ii a� ii ou) O J S 3AV QNZZ S 312TH ST M tn v it It M N N a) Q cL y U) C m -C a N. C +' O d @ VCO a CA CO CA c C M CAI a M HYDRANT MARKER, TYPE 2B x- Co I— M M M CD Q CONSTRUCTION NOTES: CT C C -a a.- -o a) �w co aE E > a) 0- 0_c rn O .cC.c E E •••m m O •C)C C CC ca a 0) a C C a) fa O wm E C 3 rnm C a) E C:1) CO e) o E E m 0I co C C mE E c iWm CV I a S 3AV H10Z D mss:} E.: 'HIM le ..... sr,- �' bc E In \\�C�\�. OSS 7,7 =1 .*co 1 IN.it& - LOV 133HS 33S 3NIlHO1VIN N M CO WIDEN ASPHALT ROADWAY DETECTOR LOOP SAWCUT ASPHALT PAVEMENT OR CONCRETE U) PLASTIC TRAFFIC ARROW 03 = PRELEVEL WITH HMA CL 1/2" PG 64-22 co PLASTIC STOP LINE C) 1 PAVING FABRIC PLASTIC CROSSWALK LINE O N ADJUST MANHOLE m ASPHALT CONC. SPEED HUMP N ADJUST CATCH BASIN o) CEMENT CONC. APPROACH N 0 z 0 re 0 I- 0,5 w O a J q cL W [[0LL <1 0 U 0 0Z 0< N N fil U) (0� co( S AV 9Z ) Cl)`v) S AVVZ S l� 40' SAVZZ SAY OZ S ld 61. 1- 0 co SAY81. H 0 m Cn SAV8Z S 1`d6Z S lc Ni SZ Z Z J J /C) CO cO m CO CO M C/) • M '8'Nd A co Cn SAMI- rn 0 > w 0 Z w 0 w J PRECAST DUAL FACED SLOPED MOUNTABLE CURB M N ADJUST MONUMENT CASE AND COVER O SOD, INCL. 4" TOPSOIL no - N CEMENT CONC. CURB RAMP TYPE 1 PARALLEL ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE. U) CEMENT CONC. CURB RAMP TYPE 2 PARALLEL ASPHALT APRON Co N CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR co U 0 �L. 30 e u b a) F- 2 0 >w 0 a w 0,5 0 w wre cD U w Z Z Z 0� 0 0 Z < w Co O = Z U Z H U X Z Z Q m w Q z0 2021= _ D U co 2 u) 0 0 0 0 0 Z Z Z Z Z (n U) I– I– I– F' F- (/) V) 0) w W W W W W W W II II II II II II II 11 11 0 a �� _ L J N e 0 9 0 u. u. r iC SITE PREPARATION & PAVING PLAN 12+00 TO 22+50 0 J Z 0 U) w cc Z O DESCRIPTION 5 LU 0 m VERIFY SCALE PROJECT ENG: m # n W z m a .2 s e+. e..vsv.env.r+s •.44.00IOCA.U.wa.00 otoca.L33r0u.5133 usa»xeneOu ears+n.aev.ro...sr+....4 rwnVa+ 4.4 ire wvtl SI nota. ,•e ••y ..«a nAir. b VwT*If co 0 M N CO N S 312TH ST —i'-,„ 170V 133HS 33S 3 3N11HO1VW Eo +J + co C C C Ca El_ "' 0) -o0 w Ems° > co a U) O C E co C co a C W a) 0) R OJi CV CV T 03 < CV v c0 CO N e - CC a)N- a) C C a a) w c a) E a) co CL Cn 0 C E CO 0) C C CO C w >' -- co la J D in 0 c°) !n M + C C cy c a .c 0. a) c "o Li g .IN m vw c d EE > > m co aLI) 0 C E w 0) C C as c •0 W Ln r +- N rCO x S 3AV H1IZ (A X $ 7c I MI N X 4.1 S 3AV Q2IEZ C_ N a� N a/V mN 0= ov co) C co ca 0) W m E E a) > coa a u, o� G °c_ 'E E ffl C 0)E (d oa d c C 2) wco LL. ZOV 133HS 33S 3NI-1HO1VW EXTRUDED CONC. CURB N CONSTRUCTION NOTES: CEMENT CONC. CURB AND GUTTER M CEMENT CONC. SIDEWALK 5/8" MINUS CSTC, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH HYDRANT MARKER, TYPE 2B d W� 0 Q Z2 CC O a a 0zw 0z �w O. Q ,_ Z J H O ° (9 LL w 0 Q w w 0 � Ow W a~ z?m a Ow J U <UH z x co :Cl) <0 iF- o HQI0 w Q Qas paZ O F -co Hoy) zo 00 OJ0 _10 -0 III LCID=L < III u. 1111 C/) N 4„4 P••••• ♦•♦ M CD T- WIDEN ASPHALT ROADWAY DETECTOR LOOP r SAWCUT ASPHALT PAVEMENT OR CONCRETE U) PLASTIC TRAFFIC ARROW CO = PRELEVEL WITH HMA CL 1/2" PG 64-22 CO PLASTIC STOP LINE PAVING FABRIC ti PLASTIC CROSSWALK LINE O N I I- I- HI t- Cn CO ON (f) 0) _ TI 0 M M Co r) co I ,_ SAV 9Z I r^ SAVtZ SI') S AV ZZ SAVOZ S 6 I- 0 co 0 SAV84 U) SAV9Z S lc t•7 Ni SZ zz z t0 m M f7 Co Co ADJUST MANHOLE CO ASPHALT CONC. SPEED HUMP N ADJUST CATCH BASIN 0) CEMENT CONC. APPROACH N N 0 z D 0 0 I- cW o J CC wU <O V W 0 >< 0 Z 0) PRECAST DUAL FACED SLOPED MOUNTABLE CURB M N ADJUST MONUMENT CASE AND COVER 0 SOD, INCL. 4" TOPSOIL N CEMENT CONC. CURB RAMP TYPE 1 PARALLEL ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE. U) N CEMENT CONC. CURB RAMP TYPE 2 PARALLEL ASPHALT APRON V—C(.1 CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR Q CO U 0 ;i1 N 0 u) N F- d V 0 =N N M '4)) N N 24+00 to 39+48 I- z W w Q W t 0 a. W C7 CO od O W m m W O w H SAMI- Z Z Z 0 z W W -J w x CO onCe Wb� < J U Z U) m J = O U = U z Z Z X 00 2 202 R- _ CC 0 0 0 0 0 0 0 0 Z z Z Z Z V/ V/ 'F'-^ F -F'--^ F-'^ 'H'^ V) Cl)V/ v/ U) V) XX UXXXXX WWWWLUWWW II II II II II II II II II (7 �(� �-r 0 W F—� V(L ON �R[}y Cv O .4 - CO O <Lc) 0 z a. 0 z 0 0 W ‘0'11- Z 0 N< L.L W a- a - LU a - W H C U F- W J <0 2 Q rnLL 0_ Q C0 r A/ 0 DESCRIPTION INITIAL DESIGN VERIFY SCALE o oZ_ 0 W 0 0cca cn? S2 AV 6',7) Co' r. 0o� z< 2 L.11 1.71 6w< O co O LL x < ~ 0 PROJECT ENG: a A x 5 a 8 m 01 <<0 ti W te tl..45V 4~S .1."0Pt OCMAIIca PIOQ • u...1V.64a....PIOA91)3FObe8/33Nizsmsold•. W'••0 C)Y•1dCf1111.�VV 1.31pouraa :Cd 111 I..VWV.I ryd roc' ILWn Asti ...mks.). is ted/.)3 •V•'OPI oc CK w.ne Z08133HS 33S 3NI1HOiVW N ['7 Si C C_ f0 'O a� a) -o C E a) > > co0- 0- u) au) o oo °__ 'E E w N L 113, C ma 0 c SI) W in x •E X CL M a 0 C 5 LU SIN N aa)i E E > > CO a a N N 0 o 0 c_ E E w m m o) ma a c To W m 0) C 'C C a -7 0) mW C (1) a) E E 0 f6 oa 0 S O C c E E +� m co cm c)'c f0 E a ac C W CO 311.1.11111 V'. 0 X Si C C C0 CT. -c a NC 0 'o LL �NO3 N (. r C (1) aciE E m > > co EL a cn c C C E wm 'm rn c) C •C6 Na 0_ c W m EXTRUDED CONC. CURB Mem 1S Hltib£ S + N =N 23RD AVE S BEGIN OVERLAY N N X C') N c e C1 0)N 0) N X 0)) CoD pa a;enpd C 0 aa)) E E > 0 > a ca a o, cn 0 c O C E E 3 Lt-, co c) 0) C •C C moa a a Ca) 0) D)-,,, W m m w Co N 0 • C N co N 0 f6 U) 1S $ .LZ 6 £ S C '0 co' C a) E CO a U) 0 C E m c C C m a C a, co CONSTRUCTION NOTES: CEMENT CONC. CURB AND GUTTER M CEMENT CONC. SIDEWALK 5/8" MINUS CSTC, COMPACTED 3' WIDE MAX. BY OVERLAY DEPTH HYDRANT MARKER, TYPE 2B H I-- W oga a w o 0 . H Z LL. O J U � U 000 LL_ w cc w 0 0� Z ?m Q 0w J C) cc _ O=w o cc co w2X Q(X XIa- < 0 =H 0 W I0 a� <.5 -,511z�0 )-(/) -3W1 WLI- 0Z H0i <Z Ow 00 ��O -I0 0U IIL=L< uI U 1cco N M CO r WIDEN ASPHALT ROADWAY DETECTOR LOOP PLASTIC TRAFFIC ARROW h CC) r r SAWCUT ASPHALT PAVEMENT OR CONCRETE = PRELEVEL WITH HMA CL 1/2" PG 64-22 • ui CO PLASTIC STOP LINE 0) PAVING FABRIC r-- PLASTIC CROSSWALK LINE O N ADJUST MANHOLE ASPHALT CONC. SPEED HUMP 309 309 U a 310 N S 311 S 312 ADJUST CATCH BASIN CEMENT CONC. APPROACH N N 0 z 0 cc 0 I— W 00 J Q Wtt U <0 0 z0 < 0) CA a_ 2 W 0 z W 0 W -J PRECAST DUAL FACED SLOPED MOUNTABLE CURB SOD, INCL. 4" TOPSOIL M N N ADJUST MONUMENT CASE AND COVER CEMENT CONC. CURB RAMP TYPE 1 PARALLEL ASPHALT TRANSITION OR RAMP. 12:1 MAX. SLOPE. ASPHALT APRON CO N N CEMENT CONC. CURB RAMP TYPE 2 PARALLEL CEMENT CONC. CURB RAMP TYPE SINGLE DIRECTION CEMENT CONC. CURB RAMP TYPE 1 PERPENDICULAR Q m U 0 0 r 0 m 0 0 0es0 +, Y Z = al- 0 m 0 a7 co 0 WN > 0 O cc co N c.1 } H z W a 0 W CD 0 W 0 z W 0 0 W 0 W z W 0 H C9 z (OAU) W W W II II II 0 = MONUMENT CASE H z } W ce IL 0 z z m 0 Q 0 z_ 0 0 I- U) C9 z 0 O v W -J 0 2 CD z W J 0 Z z_ 0 cc O 0 z 0 m z 0 I- 0 Z 0 z H H H H H 0 0 0 Cl) N W I I XXXX W LU LU W II II II II LU H���((r 1 V(L J = INLET PROTECTION co K 0 9 co T"'" CS m v ti l^ w w J > Q 00 2 LL (n N SITE PREPARATION & PAVING PLAN 0+26 TO 12+00 Cy:1. _y F- W CL Q co J O N W 0 0 z 0 () W Cl: z 0 aUJ 0 z 0 DESCRIPTION 5 Z LU 0 VERIFY SCALE z� oz OZ _ 00 O+n CMVSBM�I.V�6 An.00IOLuNMo It),: • An.W'i.IMLCO KOZ,C,03/0f ) MLIVANMRIl d+*C+Q,' YA.HM.iwecAd'd 31,iW0o, :VPI MLC ImPIWUI CCI SOMI IIOCIU'L ...m .w>, www..0 PROJECT ENG: 1 I I C 0 x 0 o C § a UC I I10 lK PNS I RETURN TO: PW ADMIN EXT: 2700 ID #: i z., ;/) CITY OF FEDERAL WAY LAW DEPARTMENT RROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / SfMej-S �% /J 2. ORIGINATING STAFF PERSON: (f:F 4.11A8 �► 1 EXT: 272 1 3. DATE REQ. BY: 3. TYPE OF DOCUMENT (CHECK ONE): o CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC o PROFESSIONAL SERVICE AGREEMENT 0 MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT o ORDINANCE ❑ RESOLUTION ❑ CONTRA AMENDMENT (AG#): ❑ INTERLOCAL WORKS CONTRACT (E.G. BOND RELATED DOCUMENTS) OTHER illi 1�W ti Q it1 Wf\f f 4. PROJECT NAME: 21) LAS AIII 4 V * a l.A . / 11 . 5. NAME OF CONTRACTORf LkCCA 13 SDYI5 ADDRESS: TELEPHONE: E-MAIL:_ FAX: 11 ' ,' r SIGNATURE NAME: k,1 ` f T TITLE: frt6itient- Pt 6. EXHIBITS AND ATTACHMENTS: 0 SCOPE, WORK OR SERVICES ❑ COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS o PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE # BL, EXP. 12/31/ UBI # , EXP. / / 7. TERM: COMMENCEMENT DATE: COMPLETION DATE: 8. TOTAL COMPENSATION: $ (INCLUDE EXPENSES AND SALES TAX, IF ANY) TITLES AND HOLIDAY RATES) $ (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES REIMBURSABLE EXPENSE: ❑ YES 0 NO IF YES, MAXIMUM DOLLAR AMOUNT: IS SALES TAX OWED: ❑ YES 0 NO IF YES, $ PAID BY: 0 CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: c RETAINAGE AGREEMENT (SEE CONTRACT) OR =i RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE To: 9. DOCUMENT / CONTRACT REVIEW INITIA / DATEVIE ED INITIAL / DATE APPROVED APROJECT MANAGER / 3130I it ❑ DIVISION MANAGER / 1/(\k `; all %�7 DEPUTY DIRECTOR �/ ` (� Xf DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) X1 LAW DEPT U 13//€ 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING ❑ SENT TO VENDOR/CONTRACTOR DATE SENT: 'W L II' DATE REC'D: jQ ` ! —I f o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ') LAW DEPT 4-��TI PRL ASIGNATORY (R�U CTORI_D \''-s/ I ' /�1R CITY CLERK tir] f VUL ( — k.ilc(* ie, -c .��-�#t- AG# �/ //�.' o SIGNED COPY RETURNED DATE SENT: num t�RETURNORIGINAIS COMMENTS: / ,✓" '. `. tm. W► %lA "`�'-�' tun,/v o pip r EXECUTE " " ORIGINALS 1 15 Y7 O Cit", cr l ra ose ��j 4/2017 RETAINAGE BANK ACCEPTANCE AGREEMENT The undersigned financial institution ("Bank") hereby accepts that certain Contractor's Retainage Option provided to the City of Federal Way ("City") by Tucci & Sons, Inc., ("Contractor") dated March 27, 2018, a copy of which is attached hereto as Exhibit "A" and incorporated by this reference, providing Contractor's instructions to invest retainage equal to five percent (5%) of the total contract amount ("Retainage Funds"). The Retainage Funds shall be on deposit at the cSei-t-emik- branch, under account no. 300tifiC € ("Account"), payment of which shall be made upon demand by the City with no other conditions of release of the Account. The Bank agrees to hold the Account, without deduction or withdrawal, until it receives a written notice from the City authorizing the release of the Retainage Funds to either the City and/or the Contractor. The Bank acknowledges that it has no duty to evaluate any dispute which may exist between the City and Contractor regarding the Account and shall not interplead or in any manner delay payment of the Account to the City, upon its demand. The Bank hereby agrees to bind itself, and its heirs, executors, administrators and assigns, jointly and severally. STATE OF WASHINGTON ) ) ss. COUNTY OF A ,r.lh ) 04,564,„ -roA --1 e -t --41 (BANK BY: Signature/outhorized ersonnel, (To be notarized below) ITS: Cr,, K.aT See'/u-& (TITLE) • /05o0 AIE P'T &ir 1100 c U. LVLL€ , OA_ 9 koc` l (ADDRESS) Liz --6- '7 o9 — (p (PHONE) On this day personally appeared before me Urc /- ALSS , to me known to be the Cue erSZi-+x I4 KL -of tO•Ku .17-14-5-r— c5r,J lG , the corporation that executed the within and foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal hereto affixed t ' ( day of 4 t , 20 It, . -4.4411-04 N ALF ,i Printed Name of Notary: ,j' ,OA)A SOt�. P 0sioN FXA, • 019 Rev: Z ▪ 8 j NOTARY 's B () s PUBLIC r 1;"0>• 1:* •'. �4- j 1-0.0._‘.•+ � �� di 'ill, iW;S• N.0 Notary Public in and for the State of Washin ton. My commission expires: Oy— 1 1 1 3/18 CITY OF DERAL W By: ATTEST: S'p ie Courtney, C ity Clerk APPROVED AS TO FORM: f p (J. Ryan Call, City Attorney Marwan alloum, Public Works Director 33325 8th Ave S Federal Way, Washington 98003-6325 2 3/18 EXHIBIT A EXHIBIT C CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: 2018 Asphalt Overlay Project RFB No: 18-001 Contractor: ]joci & Sons. Inc. GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: El Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. fl Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. El Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. Cl Option 4: Contractor shall submit a "Retainage Bond" on City -provided form (Exhibit D of this Agreement). Contracto ichael F Tucci President Signature Date City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 53 RFB # 18-001 2018 3 3/18 RETURN TO: PW ADMIN EXT: 2700 ID #: 01 q 8 + .323-/ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / S I RI Ci �j 2. ORIGINATING STAFF PERSON: j G F F t{ UYt I FI EXT: ;2721 3. DATE REQ. BY: -t/ i ( 6( CLS 3. TYPE OF DOCUMENT (CHECK ONE): -V � (�� K CONTRACTOR SELECTION DOCUMENT (E.G., RFB RFP, RFQ) 1/1,7,4 71. PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT (51/0-- ✓ yr 1, ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT G() 4)4 -r o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) o ORDINANCE o RESOLUTION o CONTRACT AMENDMENT (AG#): ❑ INTERLOCAL ❑ OTHER AL-1 O V E I� LA �f pRo 5 c 4. PROJECT NAME: 2.O I-VIK SAS 5. NAME OFCOONTRACTOR: I} WI £ SDM9 (NC/ t� ADDRESS: 42-2-44UJ IP.Y 4 � TQC:YYlci , I/VA qB+4'3 TELEPHONE: 2.3 9Z2-(A(WI(p E-MAIL: FAX: r2-3 9 22' ZAD7 (p SIGNATURE NAME: MiCI'IL1t F. TtCL TITLE: 1 rtsC".4eI \i' 6. EXHIBITS AND ATTACHMENTS: Ty1 SCOPE, WORK OR SERVICES ❑ COMPENSATION 0 INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES � 0 PRIORR CONTRACT/AMENDMENTS CFWLICENSE#D9 IofL{'(-( BL, EXP. 12/31/lg [Hof 1f (72-k 315,EXP. 3 /31/1.-I IIS7. TERM: COMMENCEMENT DATE: if COMPLETION DATE: �%c W OY�I �G 8. TOTAL COMPENSATION: (INCLUDE EXPENSES AND SALES TAX, IF NY (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES IO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 YE O IF Y $ PAID BY: 0 CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: (L �J', AGREEMENT (SEE CONTRACT) OR RETAINAGEABOND PROVIDED /�/�XRE/TA/INAGE (❑ PURCHASING: PLEASE CHARGE TO: ) G c _ LILY ei-✓ 7 - GC-I(b - 3o - "' v/ .,}��i �6 Avract- 1•TTJ co V 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED -4/41,2,44k 1S1 PROJECT MANAGER / 12ii-i-tz.UI-3 -13--i - X DIVISION MANAGER 1 X DEPUTY DIRECTOR _ �tr�ji7 i 7 (`(� Ix DIRECTOR �- 111 s (S $ 46� :.. "72 0, ❑RISK MANAGEMENT (IF APPLICABLE) ! //'O� Q IA LAW DEPT 1 /3/,aJJ VIS ®720e/16 G 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: 1 I $ I o COUNCIL APPROVAL DATE: el F /(7 4 3 12 l: Away 3 2-0 I IS wau- 11. CONTRACT SIGNATURE ROUTING �j ENT TO V ENDOR/CONTRACTOR DATE SENT: DATE REC'D: ` 1 g 6 ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, NSES, EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I 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.) I . , TIAL / DATE SIGNED r T 1 ' ./.IE 'LAW DEPT - IK SIGNATORY (MAYOR ���I��,y� CITY CLERK ��1��lr�I & . ASSIGNED AG # AG i r% SIGNED COPY RETURNED DATE SENT: iZ1EEIREfI »ETURN GiQE'ORIGINALS COMMENTS: Z- XECUTE " " ORIGINALS . PISS ivx Fess. Rova)4- c tree ► �I""""- • - + �11e1 OokC a d 1 ii nMe 1n! 5v". ( Mee � 4d e ii 1 P <✓ d (.✓ Ity/eta v�Vt �c �'� tea- �� to-0,4 4/2017 1 F 0.0448.0„ Federal Way ORIGINAL CONTRACT #1 OF 3 CITY CLERK 1 BID AND CONTRACT DOCUMENTS ' AND 1 SPECIFICATIONS ' FOR 2018 ASPHALT OVERLAY PROJECT 1 1 RPB # 18-001 1 City of Federal Way City Hall Hylebos Conference Room 33325 Eighth Avenue South Federal Way, WA 98003 Mailing Address: City of Federal Way PUBLIC WORKS DEPARTMENT Federal Way, WA 98003-6325 BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2018 ASPHALT OVERLAY PROJECT RFB # 18-001 Bids Accepted Until 10:00 a.m., January 31, 2018 Bids Opened 10:10 a.m., January 31, 2018 AT: City of Federal Way City Hall Hylebos Conference Room 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: PUBLIC WORKS DEPARTMENT CITY OF FEDERAL WAY, WASHINGTON City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 2 RFB # 18-001 2018 TABLE OF CONTENTS PAGE PUBLIC NOTICE — REQUEST FOR BIDS 4 BIDDER'S CHECKLIST 6 SECTION 1: INSTRUCTIONS TO BIDDERS 8 SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 15 NO BID RESPONSE FORM (Attachment A) 21 BID FORM (Attachment B) 22 BID SCHEDULE (Attachment C) 24 BID SIGNATURE PAGE (Attachment D) 29 BID BOND FORM (Attachment E) 30 SUBCONTRACTOR LIST (Attachment F) 31 COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 32 CONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) 34 CONTRACTOR CERTIFICATION — WAGE LAW COMPLIANCE (Attachment I) 35 PUBLIC WORKS CONTRACT (Attachment )) 36 (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 Option 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 INTRODUCTION TO SPECIAL PROVISIONS BLUE PAGES STANDARD PLANS AND DETAILS (Appendix A) WHITE PAGES PREVAILING WAGES AND BENEFIT CODE KEY (Appendix B) YELLOW PAGES City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 3 RFB # 18-001 2018 CITY OF FEDERAL WAY REQUEST FOR BIDS 2018 ASPHALT OVERLAY PROJECT RFB # 18-001 SUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through January 31, 2018 at 10:00 a.m, at the City Hall Purchasing Office or by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after 10:00 a.m. on said date will not be considered. BID OPENING: All bids will be opened and read publicly aloud at 10:10 a.m. on January 31, 2018 at City Hall Hylebos Conference Room, 33325 8th Avenue South, Federal Way, Washington, for this RFB. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal Way. Furnishing all materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the Owner or others), for the construction, sequencing and traffic control plan for overlaying existing asphalt concrete pavement in up to four (4) different locations within the City of Federal Way. The work shall include, but is not limited to: Hot Mix Asphalt (HMA Cl. 1/2" PG 64 -22) pavement overlay (approximately 6,580 tons), roadway excavation, planing bituminous pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, concrete approach, curb ramps, traffic curb, repairing or re -aligning manholes and catch basins, traffic signal detection loops, pedestrian push button, channelization, restoration, utility adjustments, and all items necessary to complete the work as described in the Contract Documents. The Contractor shall complete all work within 65 working days. The bidder is urged to check the plans and contract provisions carefully. All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents now on file in the Purchasing Office of the City of Federal Way. Any questions concerning the description of the work contained in the contract documents must be directed to Jeff Huynh, Street Systems Engineer, by email at jeff.huynh©acityoffederalway.com, or by letter addressed to Jeff Huynh, Street Systems 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 4 RFB # 18-001 2018 addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance with access or registration. 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 by 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 10th day of January, 2018. Dates of Publication: Daily Journal of Commerce: January 13, 2018 January 20, 2018 Federal Way Mirror: City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 5 January 12, 2018 January 19, 2018 RFB # 18-001 2018 BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. Bid Form (Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. Bid Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. Bid Bond Form (Attachment E) This form is to be executed by the bidder and the surety company unless a certified check is submitted with the bid. The amount of this bond or certified check shall not be less than five percent (5%) of the total bid amount and shall be shown in both words and figures. Subcontractor List (Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may/may not apply) Combined Affidavit and Certification Form (Attachment G) This form must be subscribed to and sworn before a Notary Public and notarized. Contractor's Compliance Statement (Attachment H) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. Contractor Certification Wage Law Compliance (Attachment I) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of Washington. Contractor's State Identification Numbers The bidder shall provide a copy of Contractor's current state unified business identifier number and, as applicable, an employment security department number and state excise tax registration number. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 6 RFB # 18-001 2018 SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: Public Works Contract (Attachment .3) The successful bidder will fully execute and deliver to the City the 2018 ASPHALT OVERLAY PROJECT Public Works Contract ("Contract") from these Bid Documents. Contractor's Retainage Option (Exhibit C) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option. Retainage Bond (Exhibit D) — If Applicable The successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond) (if applicable) 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 2018 Asphalt Overlay Project RFB ver. 4-17 7 RFB # 18-001 2018 SECTION 1: INSTRUCTIONS TO BIDDERS 1-1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 10:00 a.m. local time on January 31, 2018, 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 City Hall Hylebos Conference Room on January 31, 2018 at 10:10 a.m. local time. The City's Purchasing Coordinator must receive the sealed bid before the time and date specified in order to be considered. Telex or facsimile bids will not be accepted. The bidder accepts all risks of late delivery of mailed bids or of misdelivery regardless of fault. Late bids will be returned unopened. If, after reviewing this document the bidder chooses not to submit a bid, the bidder may complete and return the "No Bid Response Form" provided as Attachment "A" by the date and time indicated above. 1-2 Bid Form Bids shall be made on the "Bid Form" (Attachment "B") issued by the City as part of these contract documents, without reservation or amendment. Bids must be typewritten or printed in ink. Upon completion, the Bid Form and the bid bond or certified check and any requested information shall be placed in a sealed envelope. On the outside of the envelope, place the bid name, bid number and the time bids are due. 1-3 Bid Signature All bids shall give the total bid price and shall be signed in ink by the bidder or their authorized representative, with the address. If the bid is made by an individual, the name, signature, and address must be shown. If the bid is made by a firm or partnership, the name and address of the firm or partnership and the signature of at least one of the general partners must be shown. If the bid is made by a corporation, the bid shall show the title of the person authorized to sign on behalf of the corporation, his or her title and the address. The City reserves the right to request documentation showing the authority of the individual signing the bid to execute contracts on behalf of anyone, or any entity, other than himself/herself. Refusal to provide such information upon request may cause the bid to be rejected as nonresponsive. 1-4 Bid Withdrawal Due to Error Bids may not be withdrawn due to a claim of error in a bid unless written notice of such claim and supporting evidence for such claim including cost breakdown sheets are delivered to the City within forty-eight (48) hours prior to the opening of bids. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 8 RFB # 18-001 2018 1-5 Modification of Bid A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. 1-6 Examination of Bid and Contract Documents — Bidder Responsibilities The submission of a bid shall constitute an acknowledgment upon which the City may rely that the bidder has thoroughly examined and is familiar with the bid and contract documents and has reviewed and inspected all applicable federal, state and local statutes, regulations, ordinances and resolutions dealing with or related to the equipment and/or services to be provided herein. The failure or neglect of a bidder to examine such documents, statutes, regulations, ordinances or resolutions shall in no way relieve the bidder from any obligations with respect to the bidder's bid or the contract documents. No claim for additional compensation will be allowed which is based upon a lack of knowledge of any contract documents, statutes, regulations, ordinances or resolutions. Bidders shall visit delivery and service locations(s) as required. Bidders shall become familiar with and verify any environmental factors, which may impact current or future prices for this requirement. 1-7 Interpretation of Bid and Contract Documents No oral interpretations will be made to any bidder as to the meaning of the bid or contract documents and no oral communications will be binding upon the City. Requests for an interpretation shall be made by email, or by mail, and delivered to the Engineer listed in the Request for Bids at the address indicated in Section 1-1, at least three (3) days before the date announced for opening the bids. Any interpretation deemed necessary by the City will be in the form of an addendum to the bid documents and when issued will be sent as promptly as is practical to all parties to whom the bid documents have been issued. All such addenda shall become part of the bid. 1-8 Addenda Each bid shall include acknowledgment of receipt and review of all addenda issued during the bidding period on the Bid Form. 1-9 Bid Price The bid price shall include everything necessary for the completion of the contract including, but not limited to, furnishing all materials, equipment, tools, freight charges, facilities and all management, superintendence, labor and service, except as may be provided otherwise in the contract documents. All Washington State sales tax and all other government taxes, assessments and charges shall be included in the various Bid item prices as required by law. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and/or the total price, the unit price will govern and the extended amount and/or total price will be corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 9 RFB # 18-001 2018 1-10 Postponement of Bid Opening The City reserves the right to postpone the date and time for the opening of bids by announcing such postponement at any time prior to the date and time announced in these documents. 1-11 Rejection of Bids A. The City reserves the right to reject any bid for any reason including, but not limited to, the following: any bid which is incomplete, obscure, irregular or lacking necessary detail and specificity; any bid which omits a price on any one or more items on the Bid Form and Bid Schedule; any bid in which prices are unbalanced in the opinion of the City; any bid accompanied by insufficient or irregular bid bond; any bid from bidders who (in the sole judgment of the City) lack the qualifications and/or responsibility necessary to perform the work after considering the elements in Section 1-14.B; any bid for which a bidder fails or neglects to complete and submit any qualifications information within the time specified by the City and as may be otherwise required herein; and, any bid submitted by a bidder who is not registered or licensed as may be required by the laws of the State of Washington. B. The city further reserves the right to reject any portion of any bid and/or to reject all bids. In consideration for the City's review and evaluation of its bid, the bidder waives and releases any claims against the City arising from any rejection of any or all bids. 1-12 Alterations to Documents Prohibited Any addition, limitation or provision attached to the bid may render it informal or nonresponsive and cause its rejection. Alteration by erasure or interlineations must be explained or noted in the bid form over the signature of the bidder. No oral, telegraphic or telephonic bids or modifications will be considered. 1-13 Disqualification of Bidder If, in the opinion of the City, there is reason to believe that collusion exists among bidders, none of the bids of the participants in such collusion will be considered. All bidders are required to submit the Affidavit of Non -Collusion (Attachment G) with their bids. 1-14 Evaluation of Bids It is the intent of City to award a contract to the lowest responsive bid by a responsible bidder as evaluated by the City. The bidder may be required by the City to submit documentation demonstrating compliance with the criteria. A. Responsiveness — The bidder must complete all required forms and bid documents and provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. B. Responsibility — The City will consider all the material submitted by the bidder, and other evidence it may obtain including information from previous project owners, to determine City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 10 RFB # 18-001 2018 whether the bidder is responsible. The bidder must meet the following bidder responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 1. Mandatory Bidder Responsibility Criteria a. Have a current certificate of registration as a contractor in compliance with Chapter 18.27 RCW, which must have been in effect at the time of bid submittal; b. Have a current Washington Unified Business Identifier (UBI) number; c. If applicable: i. Have Industrial Insurance (workers' compensation) coverage for the bidder's employees working in Washington, as required in Title 51 RCW; ii. Have a Washington Employment Security Department number, as required in Title 50 RCW; iii. Have a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW; d. Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). e. Within a three-year period immediately preceding the date of the bid solicitation, the bidder shall not be a willful violator, as defined in RCW 49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 11 RFB # 18-001 2018 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 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. d. Under penalty of perjury, the bidder shall provide certification that the bidder is in compliance with the responsible bidder criteria in section 1-14(B)(2)(d) and referenced wage payment statutes under RCW 39.04.350(1)(g) and (2). 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B)(2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the City's determination by presenting additional information to the City and meeting the requirements of section 1-20(B). The City will consider the additional information before issuing its final determination. If the final determination affirms that the bidder is not responsible, the City will not execute a contract with any other bidder until two business days after the bidder determined to be not responsible has received the final determination. C. Lowest Bid — The lowest bid shall be determined as set forth on the Bid Form. The acceptance of a bid will be evidenced by a Notice of Award. No other act of the City shall constitute acceptance of a bid. Within ten (10) days after receipt of Notice of Award, the bidder whose bid is accepted, shall furnish the required performance bond, certificate of insurance, execute the contract and perform all other acts required by the bid and contract documents as conditions precedent to formation of the contract. 1-15 Procedures When Only One Bid is Received In the event only a single responsive bid is received, the City reserves the right to conduct a price and/or cost analysis of such bid. The sole bidder shall provide such information, data and other documentation as deemed necessary by the City for such analysis. The City reserves the right to reject such bid. 1-16 Bid Documents Bidders are required to submit with the bid package the following: A. Attachment A— No Bid Response Form, if applicable. B. Attachment B- Bid Form. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 12 RFB # 18-001 2018 C. Attachment C— Bid Schedule. D. Attachment D— Bid Signature Page. E. Attachment E— Bid Bond Form. F. Attachment F— Subcontractor List. (May Not Apply) G. Attachment G— Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. I. Attachment/ —Contractor Certification - Wage Law Compliance 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 13 RFB # 18-001 2018 (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. 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 14 RFB # 18-001 2018 ' 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 Federal Way, Washington 98003-6325 Attention: Bid Protest -- 2018 Asphalt Overlay Project RFB# 18-001 ' 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. 1 SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 2-1 Administration This contract will be between the City and the Contractor who will be responsible for ' delivering all equipment and performing all work and services described herein. The City is not party to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. ' The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. The Contractor's performance under this contract will be monitored and reviewed by Jeff Huynh, Street Systems Engineer. Questions by the Contractor regarding interpretation of ' the terms, provisions and requirements of this contract shall be addressed to Jeff Huynh, Street Systems Engineer, for response. ' 2-2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, City of Federal Way RFB # 18-001 ' 2018 Asphalt Overlay Project 15 2018 RFB ver. 4-17 submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. 2-3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: The City's Request for Bid; Bid Form; Bid Signature Page; Instructions to Bidders; Bid Bond; 2018 Asphalt Overlay Project Contract; General Contractual Terms and Conditions; Contractor's Compliance Statement; Combined Affidavit and Certification Form; Technical Specifications; Notice of Completion of Public Works Contract attached s Exhibit A; Contract Change Order Agreement attached as Exhibit B; Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit C; Certificate(s) of Insurance Form attached hereto as Exhibit D; Performance/Payment Bond attached hereto as Exhibit E; Title VI Assurances attached as Exhibit F; Addenda and Change Orders; 2018 Asphalt Overlay Project Special Provisions; 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction; Contract Special Provisions; Standard Plans and Details attached as Appendix A; Current Prevailing Wage Rates and Benefit Code Key attached as Appendix B; and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents"). The contract documents are intended to be complementary so that what is required by any one of them shall be as binding as if called for by all of them. In the event of any conflicting provisions or requirements within the several parts of the contract documents, the City will issue an interpretation regarding the controlling provision, which interpretation shall be binding. 2-4 Charges to Contractor Charges which are the obligation of the Contractor under the terms of the contract shall be paid by the Contractor to the City on demand and may be deducted by the City from any money due or to become due to the Contractor under the contract and may be recovered by the City from the Contractor or its surety. 2-5 Change Orders The City may, at any time, without notice to the sureties, by written order designated or indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the City. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment will be made and the contract modified in writing accordingly. 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 16 RFB # 18-001 2018 statement setting forth the general nature and monetary extent of such claim; provided the ' City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. 2-6 Work and Materials Omitted ' The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the contract and the value of the omitted work and materials will be deducted from the contract price and the delivery schedule will be reviewed if appropriate. ' The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 2-7 Washington State Sales Tax ' The Contractor shall make payment directly to the State for all applicable Washington State sales taxes and all other governmental taxes, assessments and charges. ' 2-8 Shipping Charges ' All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 1 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 1 City shall assign any interest, obligation or benefit under or in this contract or transfer any City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project 17 2018 ' RFB ver. 4-17 interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2-12 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. 2-13 Hazardous Chemical Communication In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall submit with each shipment a Material Safety Data Sheet (MSDS) for all products containing any toxic products that may be harmful to the end user. The MSDS Sheet is to accompany the toxic product(s) to the specified delivery sites. Include the following information in the MSDS: A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. B. If the product is actually used diluted, the dilution rate should be so stated in the MSDS and the hazards and corresponding personal protection, etc., also be listed. C. A statement as to the intended use of the product. 2-14 Delivery and Liquidated Damages Time is of the essence of the contract and each and all of its provisions in which performance is a factor. The Contractor will be held to strict compliance with the prescribed date(s) set forth in these contract documents. For each and every day that delivery is delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment I, Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. 2-15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 18 RFB # 18-001 2018 2-16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data"), shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. 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. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project 19 2018 RFB ver. 4-17 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 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 2018 Asphalt Overlay Project RFB ver. 4-17 20 RFB # 18-001 2018 Attachment A NO BID RESPONSE FORM When submitting a "No Bid," mail this completed form to Federal Way Purchasing, 33325 8th Avenue South, Federal Way, Washington 98003-6325. Be sure the form is in a sealed envelope with the bid number and bid title indicated on the outside of the envelope. The form must be received by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this form if not submitting a formal bid, may result in your firm being removed from the City's master bidder's mailing list. Bid Number: Bid Title: RFB No. 18-001 2018 Asphalt Overlay Project ❑ Cannot comply with specifications. o 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: a 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 2018 Asphalt Overlay Project RFB ver. 4-17 21 RFB # 18-001 2018 Attachment B BID FORM CITY OF FEDERAL WAY 2018 ASPHALT OVERLAY PROJECT BID FORM Bidder: TUCCI & SONS, INC. Date: JANUARY 31, 2018 ITEM BID AMOUNT A) Schedule A — 5 312`h St $'184 6514.75 Schedule B — 23rd Ave S $ Tit. 423.90 C) Schedule C — Weyerhaeuser Way S Pavement Repair $ I`S1g31.54 D) Schedule D — S 328th St Pavement Repair $ 35, 84'i . (03 TOTAL BID AMOUNT (including Washington State sales tax, all other •overnment taxes assessments and charges) $419 91 c 35 1 To City Council Members City of Federal Way 33325 8th Ave South Federal Way, Washington 98003-6325 Pursuant to and in compliance with your advertisement for bids for construction of 2018 Asphalt Overlay Project, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of 2018 Asphalt Overlay Project, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above - referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the 2018 Asphalt Overlay Project Public Works Contract and to provide the required certificate of insurance to the City, under the conditions thereof, within ten (10) calendar days after the Notice of Award; otherwise said Bid Security will be returned to the undersigned. Bond or Certified Check BID BOND Dollars ($ 5% ) 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 RFB # 18-001 2018 Asphalt Overlay Project 22 2018 RFB ver. 4-17 Receipt of the following Addendums is hereby acknowledged: Addendum No. Date Issued: O1/2q/20) Addendum No. Date Issued: Addendum No. Date Issued: CORPORATION TUCCI & SONS, INC. Corporation/Partnership/Individual Firm Name (Delete Two) TUCCIS*379N0 1, Bidder's State License No. Signature 278-021-315 MICHAEL F. TUCCI, PRESIDENT Bidder's State Tax No. Title City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 23 RFB # 18-001 2018 NOTE: ATTACHMENT C CITY OF FEDERAL WAY 2018 ASPHALT OVERLAY PROJECT BID SCHEDULE Unit Prices for all iters, all extensions, and the total amount of the bid must be shown. Show unit prices in legible figures. Where conflict occurs between the unit price and the total amount named for any item, the unit price shall prevail, and the totals shall be corrected to conform thereto. SCHEDULE A - S 312TH ST (PACIFIC HWY S TO 28TH AVE S) ITEM NO. ITEM DESCRIPTION APPROX. QUANTITY UNIT UNIT PRICE TOTAL BID 1 1-09 Mobilization 1 LS 10 r 000•° —7011)30.60 2 1-10 Flaggers and Spotters 1,100 HR $52.00 $57,200.00 3 1-10 Other Traffic Control Labor 100 HR $52.00 $5,200.00 4 1-10 Off Duty Uniformed Police Officer 288 HR $75.00 $21,600.00 5 1-10 Portable Changeable Message Sign 32 DAY Q O." 25(90.° 6 2 01 Roadside Cleanup 1 FA $3,000.00 $3,000.00 7 2-02 Asphalt/Cement Concrete Sawcutting 10,568 LF 0.01 0. 105 jog 8 2-03 Roadway Excavation Incl. Haul 350 CY A 124.0° 43,400.c° 9 2-12 Construction Geosynthetic for Separation 1,200 SY 0•50 4�•� 10 4-04 CSTC for Pavement Repair & Roadway Widening, Incl. Haul 200 TN 110. Od 3 20 0. DO 11 4 04 Maintenance Rock for Shoulder Reconstruction, Incl. Haul 55 TN p 00 O�• 4+00_ 12 5 04 Planing Bituminous Pavement 8,472 SY 4.1-03%,Z7i0.go 13 5 04 HMA Class 1/2" PG 64-22 3,096 TN la O00OD 2�2rq) 2. 14 5-04 HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway Widening 700 TN 11-D.00 84, 000 • cc) 15 7-05 Adjust Manhole g EA g5o.OD gsso• D° 16 7-05 Adjust Catch Basin 10 EA 960•DO —�y ! 5 00. 17 7-05 Install Conversion Riser for Type I Catch Basin 3 EA 1000.00 3pCID, OO 18 7 05 Repair or Rebuild Manhole 2 EA DO 1500. VU 3000. 19 7-05 Adjust Existing Utility to Grade 1 EA 1000,°° 1000. O 20 8.02 Sod Lawn, Incl. 4 In Topsoil SY SQ 0020 /00 0. 21 8-04 Cement Conc. Curb and Gutter 26 LF (00. p0 2b00.- 07 p 22 8 07 Precast Sloped Mountable Curb 5 LF 22.00 1/0-6° City of Federal Way 2018 Asphalt Overlay Project PWC ver. 415 2:f RFB # 18-001 2018 23 8.07 Precast Dual Faced Sloped Mountable Curb APPROX. QUANTITY LF 00 260.°49115 24 8-09 Raised Pavement Marker, Type 2 6.4 HUND 450.°O 2980 .00 2 25 8-09 Hydrant Marker, Type 2B 8 EA Is.00 120.00 26 8-13 Adjust Monument Case & Cover 3 EA 400.0° 1200.00 27 8-14 Cement Conc. Sidewalk 80 SY I00,°° $000.0° 28 8-14 Cement Conc. Approach 32 SY 125.00 40490.00 29 8-14 Cement Conc. Curb Ramp Type 1 Parallel 5 EA 5200.0° 2-4000.00 30 8-14 Cement Conc. Curb Ramp Type 2 Parallel 2 EA 520.0° 10, 40°. DO 31 8-14 Cement Conc. Curb Ramp Type 1 Perpendicular 9 EA 4500. a° 40, 500. 00 32 8-14 MMA -Style Truncated Dome Detectable Waming Surface 10 SF 1b0. p0 1000. 00 33 8_20 Pedestrian Push Button 2 EA 5000. 00 10, 000. 00 34 8-22 Detector Loop 43 EA 760.00 32, 680.0° 35 8-22 R3 -9A and R3 -9B L Sign and Post 2 EA 600.0° 1.000. O0 36 8-22 Painted Traffic Arrow 3 EA 'l Q a 00 270. OO 37 8-225 Painted Bike Symbol EA .50. 00 7 S 0. " 38 8 22 Plastic Shared Lane Marking 28 EA 35G, Op 9 S ao. 00 39 8-22 Profiled Plastic Line 14,220 LF 1.90 27, ol?. °O 40 8-22 Plastic Edge Line 2,914 LF I. 30 3788.20 41 8-22 Profiled Plastic Wide Line 1,071 LF 340 3745. SD 42 8-22 Profiled Plastic Dotted Wide Line 300 LF 5. SO I6 0.00 43 8 22 Plastic Crosswalk Line 1,290 LF �'• 20 5918, 00 44 8-22 Plastic Stop Line 177 LF / 6.go 1203.40 45 9-29 Plastic Traffic Arrow 26 EA 134,0° 3484. 00 SUBTOTAL SCHEDULE A 7 1i 65q.-18. SCHEDULE B - 23RD AVE S (S 312TH ST TO S 319TH PL ITEM NO. ITEM DESCRIPTION APPROX. QUANTITY UNIT UNIT PRICE TOTAL BID 1 1 09 Mobilization 1 LS a0 4 �, OOo. ' i 00 2 1-10 Flaggers and Spotters 670 HR $52.00 $34,840.00 3 1-10 Other Traffic Control Labor 50 HR $52.00 $2,600.00 City of Federal Way 2018 Asphalt Overlay Project PWC ver. 4-15 25 RFB # 18-001 2018 4 1-10 Off Duty Uniformed Police Officer 144 HR $75.00 $10,800.00 5 1-10 Portable Changeable Message Sign 52 DAY 80• QO 4u2o 00 6 2 O1 Roadside Cleanup 1 FA $4,000.00 $4,000.00 7 2-02 Asphalt/Cement Conc. Sawcutting 5,000 LF 0.011 50.00 8 2-03 Roadway Excavation Incl. Haul 215 CY 124.0° 2(Q/440.00 9 2-12 Construction Geosynthetic for Separation 1,000 SY aSO r 00.0 $ 10 4-04 CSTC for Pavement Repair & Roadway Widening, Incl. Haul 200 TN 16 • 00 .3200. OD 11 5-04 Planing Bituminous Pavement 7,198 SY LA 90 2 .31, 671.2° 12 5-04 HMA Class 1/2" PG 64-22 1,730 TN 73. OD 124,2 90 00 13 5-04 HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway Widening 440 TN 111.00 Q 00 9S0• ^ r �l1 K'8D. OD 13 p CO. 14 7-05 Adjust Manhole 4 EA 15 7-05 Adjust Catch Basin 3 EA 9So °O 285o. D0 16 7-05 Install Conversion Riser for Type I Catch Basin 1 EA /000• 00 /000. 17 8-02 Sod Lawn, Incl. 4 In Topsoil 3 SY 34V.0°%OO. OD 18 8 13 Adjust Monument Case & Cover 1 EA �0•• 00 19 8-04 Cement Conc. Curb and Gutter 13 LF 266:00 13250. °D 20 8-09 Raised Pavement Marker, Type 2 3.4 HUND 333.0° 1/32.10 21 8-09 Hydrant Marker, Type 2B 3 EA 8. p0 DO 21.• 22 8-14 Cement Conc. Sidewalk 18 SY 200, 00 .3600. 00 23 8-14 Cement Conc. Curb Ramp Type 1 Parallel 1 EA S2o0. DO 5200. 00 24 8-14 Cement Conc. Curb Ramp Type 1 Perpendicular 5 EA t, 500.6° 4 22, Soo . 00 25 8-14 MMA -Style Truncated Dome Detectable Waming Surface 202 SF i00.GtD 207200.aD 26 8.20 Detector Loop 60 EA 760.00 +61600.6° 27 8-22 Painted Bike Lane Arrow 12 EA !/ ('� Dl7 • 00 79 2 28 8-22 Painted Bike Symbol 12 EA 66.0° 7612. 0 29 8-22 Profiled Plastic Line 5,949 LF Q 1 • (O /• 30 ll,303.10 385$.40 30 8-22 Plastic Edge Line 2,968 LF 31 8-22 Profiled Plastic Wide Line 884 LF .2.25 Mp 9- OD 32 8-22 Plastic Crosswalk Line 1,180 LF is . 00 sloe . 0 City of Federal Way 2018 Asphalt Overlay Project PWC ver. 4-15 26 RFB # 18-001 2018 33 8-22 Plastic Stop Line 212 LF S, a° 10 6 0, 00 34 8 22 Plastic Traffic Arrow 23 EA , / 3 pO 00 3 0 g'Z• SUBTOTAL SCHEDULE B y1 423.q° SCHEDULE C - WEYERHAEUSER WAY S PAVEMENT REPAIR ITEM NO. ITEM DESCRIPTION APPROX. QUANTITY UNIT UNIT PRICE TOTAL BID 1 1-09 Mobilization 1 LS / 3 0°A D0 DO /3,Ot�d . 2 1-10 Flaggers and Spotters 360 HR $52.00 $18,720.00 3 1-10 Other Traffic Control Labor 20 HR $52.00 $1,040.00 4 1-10 Off Duty Uniformed Police Officer 64 HR $75.00 $4,800.00 5 1-10 Portable Changeable Message Sign 12 DAY g0."q%d. 00 6 2-02 Asphalt/Cement Conc. Sawcutting 5,654 LF 0. 01 S6.54- 7 2-03 Roadway Excavation Incl. Haul 235 CY '. 124• DO 2q, 140.49 8 2-12 Construction Geosynthetic for Separation 1,000 SY D. S0 5oo •00 9 4-04 CSTC for Pavement Repair & Roadway Widening, Incl. Haul 150 TN it, • dO 2400. DO 10 5-04 HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway Widening 405 TN 1214. °D 50, 220, 00 11 8-09 Raised Pavement Marker, Type 2 1 HUND 3330° 333.00 12 8 22 Profiled Plastic Line 1,000 LF -90 Ova vo 13 8-22 Plastic Edge Line 1,300 LF /• 20 /560. a0 14 8-22 Plastic Crosswalk Line 100 LF 6 .00 600. 00 15 8 22 Plastic Stop Line 60 LF 5, 00 300 .00 16 8-22 Plastic Traffic Arrow 3 EA ,I /314 00 402, 0 SUBTOTAL SCHEDULE C$12606151• �- SCHEDULE D - S 328TH ST PAVEMENT REPAIR ITEM NO. ITEM DESCRIPTION APPROX. QUANTITY UNIT UNIT PRICE TOTAL BID 1 1-09 Mobilization 1 LS 6000 °D /000.00 2 1-10 Traffic Control Labor 120 FIR $52.00 $6,240.00 3 1-10 Other Traffic Control Labor 6 HR $52.00 $312.00 4 1 10 Portable Changeable Message Sign 6 DAY x'('7.0° 48.0 . i`%o City of Federal Way 2018 Asphalt Overlay Project PWC ver.4-15 27 RFB # 18-()01 2018 5 2-02 Asphalt/Cement Conc. Sawcutting 1,338 LF 0, 0/ p /3. 3o 6 2-03 Roadway Excavation Incl. Haul 45 CY /60. G� 7200. 0� 7 2-12 Construction Geosynthetic for Separation 50 SY &.S0 25.00 8 4-04 CSTC for Pavement Repair & Roadway Widening, Incl. Haul 30 TN /6 . DO L� gp O� 9 5-04 HMA Class 1/2" PG 64-22 for Pavement Repair & Roadway Widening 90 TN /55.00 Jam' a. OO /3 / p 10 8-09 Raised Pavement Marker, Type 2 0.25 HUND 333. o083.25- 11 8 09 Hydrant Marker, Type 2B 2 EA S. p /6.00 12 8 22 Paint Line 1,050 LF DO 1050,00 City of Federal Way 2018 Asphalt Overlay Project PWC ver. 4-15 28 SUBTOTAL SCHEDULED 3} 35, a t •(3 RFB # 18-001 2018 Attachment D BID SIGNATURE PAGE Date: JANUARY 31, 2018 The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services pursuant to the 2018 Asphalt Overlay Project and comply with all other terms and conditions of the contract and bid documents of RFB 18-001. 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. CORPORATION Corporation/Partnership/Individual (Delete Two) City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 29 TUCCI & SONS, INC. ccA,. ny By: (Sinha ure) MICHAEL F. TUCCI (Printed Name) Its: PRESIDENT (Title) 4224 WALLER ROAD TACOMA, WA 98443 (Address) (253) 922-6676 (Telephone Number) RFB # 18-001 2018 Attachment E BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of $ 5% of the total bid , which amount is not Tess than five percent (5%) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Tucci & Sons, Inc. , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent (5%) of the Total Amount Bid and ___91y100 dollars ($5% of Total Bid Amount ), for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: 2018 ASPHALT OVERLAY PROJECT According to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids, then this obligation shall be null and void; otherwise, it shall be, and remain in full force and effect, and the Surety shall forthwith pay and forfeit to the Obligee as penalty and liquidated damages, the amount of this bond. A SIGNED, SEALED AND DATED THIS 31st DAY OF January , 201$ , • ��. 2 4 ' Tucci & Sons, Inc. • ` P II e • f",r Sv. i Ws' ••'.•.• •..YY,.• By: MICHAEL F. TUCCI, PRESIDENT Travelers By: / Principal asualty and Suerty Company of America Julie Craker, Attorney-iB a�,t,;► ``411> Date: Surety Received return of deposit in the sum of $ City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 30 RFB # 18-001 2018 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal TRAVELERS Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 231907 Certificate N°. 007169273 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Julie Craker, Thomas P. Hentschell, Leslie A. Parks, Brad Roberts, Joanne Reinkensmeyer, and Janet Pudists of the City of Tacoma , State of Washington , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 29th day of March 2017 State of Connecticut City of Hartford ss. Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company By: 'HAST et iSE CORM. ! 2 Robert L. Raney, Senior Vice President On this the 29th day of March 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. WAIL Marie C. Tetr WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER • • WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity- and idelityand Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 31 sr-day ofj11 L'1 %_ , 20 I a. Kevin E. Hughes, Assistant Sec tary CONN. 0 ' A s0a El a i HAST oaa,1 �Yi CONN. To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attomey-In-Fact number, the above-named individuals and the details of the bond to which the power is attached. r,. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 2018 ASPHALT OVERLAY PROJECT 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? (WINO G = v Inc_. A33,A34,Bu. $7g ,OOP— City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 31 RFB # 18-001 2018 Attachment G City of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM Non -Collusion, Anti -Trust, Prevailing Wage (Non -Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment NON -COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work equipment -to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other Bidder or Bidders; and NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT) To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above 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 less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and forgoing statement and certificate, know the contents thereof and the substance as set forth therein, is true to my knowledge and belief; and City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 32 RFB # 18-001 2018 DEBARMENT AFFIDAVIT I certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3) years. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five-year period: (1) Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT 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. 2018 Asphalt Overlay Project Name of Bidder's Firm 4 MICHAEL F. TUCCI, PRESIDENT t Signature of Authorized Representative of Bidder Subscribed and sworn to before me this 427 �rday of J,o wiwc��y , 201r. /%' 0‘./Y/L ,,,...,,,, :'"%\`` ... A.t(el 41. s r10TARy: • d; 4_ • P(BLC S WA City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 KE Vires .4 I& v62 (printed/typed name of notary) Notary Public in and for the State of Washington My commission expires: /0—/5 -/S 33 RFB # 18-001 2018 Attachment H CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: JAN 31, 2018 This statement relates to a proposal contract with the City of Federal Way named 2018 ASPHALT OVERLAY PROJECT I am the undersigned bidder or prospective contractor. I represent that: I ❑x have, fl 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. By: Its: City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 34 MICHAEL F. TUCCI, PRESIDENT Title 4224 WALLER ROAD TACOMA, WA 98443 Address RFB # 18-001 2018 Attachment T; Washington State Department of Transportation Contractor Certification Wage Law Compliance - Responsibility Criteria Washington State Public Works Contracts FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that. to the best of my knowledge and belief, This firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of RCW chapters 49.46, 49.48, or 49.52 within three (3) years prior 10 the date of the Call for Bids. Bidder Name: TUCCI & SONS, INC. By• 4 Name of Contractor/Bidder - Pant lull legal entity name of firm MICHAEL F. TUCCI Signature of authorized person Print Name of person making certifications for firm Title: PRESIDENT Place: TACOMA, WASHINGTON Title of person signing certificate Pnnt city and state where signed Date JANUARY 31, 2018 Form 272-009 0812017 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 35 RFB # 18-001 2018 Attachment J PUBLIC WORKS CONTRACT FOR 2018 ASPHALT OVERLAY PROJECT THIS PUBLIC WORKS CONTRACT ("Contract") is dated effective this - day of , 2011 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Tucci & Sons, Inc., a Washington corporation ("Contractor"). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform work necessary to complete the 2018 Asphalt Overlay Project located in Federal Way, Washington ("Property"); and B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the 2018 Asphalt Overlay Project, including without limitation: overlay existing asphalt concrete pavement in up to four (4) different locations within the City of Federal Way (approximately 6,580 tons), roadway excavation, planing bituminous pavement, pavement repair, removal and replacement of curb and gutter, sidewalk, concrete approach, curb ramps, traffic curb, installation of traffic signal detection loop, channelization, restoration, utility adjustments work, ("Work"), in accordance with and as described in the Contract Documents, which include without limitation: The City's Request for Bid; Bid Form; Bid Signature Page; Instructions to Bidders; Bid Bond; 2018 Asphalt Overlay Project Contract; General Contractual Terms and Conditions; Contractor's Compliance Statement; Combined Affidavit and Certification Form; Technical Specifications; Notice of Completion of Public Works Contract attached s Exhibit A; Contract Change Order Agreement attached as Exhibit B; Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment attached as Exhibit C; Certificate(s) of Insurance Form attached hereto as Exhibit D; Performance/Payment Bond attached hereto as Exhibit E; Title VI Assurances attached as Exhibit F; Addenda and Change Orders; 2018 Asphalt Overlay Project Special Provisions; 2016 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction; Contract Special Provisions; Standard Plans and Details attached as Appendix A; Current Prevailing Wage Rates and Benefit Code Key attached as Appendix B; 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 on 65 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 2018 Asphalt Overlay Project RFB ver. 4-17 36 RFB # 18-001 2018 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 37 RFB # 18-001 2018 extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (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, which shall be no later than October 31, 2018 to complete, 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 38 RFB # 18-001 2018 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor in accordance with the Bid Schedule, which shall constitute full and complete payment by the City ("Total Compensation"). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 39 RFB # 18-001 2018 of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with, and shall not violate any of the terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit H. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be terminated without cause upon oral or written notice delivered to Contractor from the City. Upon 'termination, all supplies, materials, labor and/or equipment furnished prior to such date shall, at the City's option, become its property. In the event Contractor is not in breach of any of the provisions of this Contract, Contractor will be paid for any portion of the Work which has been completed to the City's satisfaction, calculated by the percentage amount that portion of the Work completed and accepted by the City bears to the Total Compensation. 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its creditors. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 40 RFB # 18-001 2018 (3) If a receiver should be appointed on the account of insolvency of Contractor. (4) If Contractor should persistently or repeatedly refuse or fail to supply a sufficient number of properly skilled workmen or proper materials for completion of the Work. (5) If the Contractor should fail to complete the Work within the time specified in this Contract. (6) If the Contractor should fail to complete the Work in compliance with the plans and specifications, to the City's satisfaction. (7) If the Contractor should fail to make prompt payment to subcontractors or for material labor. (8) If Contractor should persistently disregard laws, ordinances or regulations of federal, state, or municipal agencies or subdivisions thereof. (9) If Contractor should persistently disregard instructions of the Mayor or his or her representative. (10) If Contractor shall be in breach or violation of any term or provision of this Contract, or (11) If the Work is not being performed pursuant to RCW 49.28.050 or 49.28.060. 7.3 Result of Termination. In the event that this Contract is terminated for cause by the City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and Contractor shall be obligated to repay any payments it received under this contract. (2) Complete Work. The City may, but in no event is the City obligated to, complete the Work, which Work may be completed by the City's agents, employees or representatives or the City may retain independent persons or entities to complete the Work. Upon demand, Contractor agrees to pay to the City all of its costs and expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. (4) Remedies Not Exclusive. No remedy or election under this Contract shall be deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 41 RFB # 18-001 2018 representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (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 and non-contributory 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 42 RFB # 18-001 2018 (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self -Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non-acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and 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 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 43 RFB # 18-001 2018 damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal -aid projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's"Decision Number" shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296-127 WAC, or the Federal Davis -Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296- 127-010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 44 RFB # 18-001 2018 The Contractor shall be responsible for requesting these forms from the State L&I and for paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 45 RFB # 18-001 2018 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by Chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 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. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 46 RFB # 18-001 2018 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 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 2018 Asphalt Overlay Project RFB ver. 4-17 [signature page follows] 47 RFB # 18-001 2018 DATED the day and year set forth above. CITY OF FED By: ATTEST: J S "ph. nie Courtney, CMC, Clerk APPROVED AS TO FORM: r J. Ryan CaII, City Attorney STATE OF WASHINGTON ) PIE".— ) ss. COUNTY OF ) L WAY: F- rell, ayor 3325 8th Avenue South Federal Way, WA 98003-6325 TUCCI & SONS, INC.: By: Michael F. Tucci, President 4224 Waller Rd Tacoma, WA 98443 (253) 922-6676 On this day personally appeared before me Michael F. Tucci, to me known to be the President of Tucci & Sons, Inc. that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my.goillt4iNdlicifificial seal this a 1 day of V1/1\ 6 , 20( . Q` C Sc ## NOT4,9% ro i`.,►..` #y•'•. PUBLIC olo to 'it NSI,:: •'` City of Federal Way 2018 Asphalt Overlay Project 48 RFB ver. 4-17 C JL 1N17A C. 6' (typed/printed name bf notary) Notary Public in and for the State of Washington. My commission expires 0 2- aO - g.o c0 RFB # 18-001 2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Date: EXHIBIT A NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT. ❑ Original ❑ Revised # NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT Contractor's UBI Number: Name & Mailing Address of Public Agency UBI Number: Department Use Only Assigned to: Date Assigned: Notice is hereby given relative to the complet on of contract or project described below Project Name Contract Number Job Order Contracting • Yes ❑No Description of Work Done/Include Jobsite Address(es) Federally funded transportation project? No (if yes, provide Contract Bond Statement below) • Yes • Contractor's Name E-mail Address Affidavit ID* Contractor Address Te ephone # If Retainage is not withheld, please select one of the following and List Surety's Name & Bond Number. bond (valid for federally funded transportation projects) • Retainage Bond • Contract/Payment Name: Bond Number: Date Contract Awarded Date Work Commenced Date Work Completed Date Work Accepted Were Subcontracters used on this project? If so, please complete Addendum A. ■Yes ❑ No Affidavit ID* - No L&l release will be granted until all affidavits are listed. Contract Amount Additions (+ ) Reductions (- ) Sub -Total Sales Tax Rate (If various rates apply, please send a breakdown) Sales Tax Amount $ 0.00 TOTAL $ 000 Liquidated Damages $ Amount Disbursed $ Amount Retained $ NOTE: 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: Department of Revenue CPublic Works Section (360) 704-5650 PWC@dor.wa.gov REV 31 0020e (10/26/15) F215-038-000 10-2014 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 Waslnn lon State Department of Labor & Industries Contract Release (855) 545-8163, option 6 4 ContractRelease@LN I. W A.GOV 49 Title: Phone Number: Ar Employment Security Department Registration, Inquiry, Standards 8, Coordination Unit (360) 902-9450 publieworks@esd.wa.gov RFB # 18-001 2018 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 he granted until all affidavits are listed. Subcontractor's Name: UBI Number: (Required) Affidavit ID* For tax assistance or to request this document in an alternate format, please call 1-800-647-7706. Teletype (TTY) users may use the Washington Relay Service by calling 711. REV 31 0020e Addendum (10/26/15) F215-038-00010-2014 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 50 RFB # 18-001 2018 PROJECT NUMBER EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ❑ Yes ❑ No ❑ Yes III 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: QTY. 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. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ CONTRACTOR'S SIGNATURE DATE DIRECTOR'S SIGNATURE DATE City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 51 RFB # 18-001 2018 ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ ❑ DECREASED $ PAY THIS ADJUSTED AMOUNT: $ DIRECTOR'S SIGNATURE DATE City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 52 RFB # 18-001 2018 EXHIBIT C CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: 2018 Asphalt Overlay Project RFB No: 18-001 Contractor: Tucci & Sons, Inc. GENERAL REQUIREMENTS 1. In accordance with applicable State Statutes, a contract retainage not to exceed five percent of the moneys earned by the contractor will be reserved by the City. 2. All investments selected are subject to City approval. 3. The final disposition of the contract retainage will be made in accordance with applicable State Statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.011 I hereby notify the City of Federal Way of my instructions for the retainage withheld under the terms of this contract: ❑ Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. Option 2: Deposited in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest paid to the contractor. Contractor shall have the bank (or other) execute a separate "City of Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. ❑ Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account holder execute a separate "City of Federal Way Construction Retainage Escrow Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. All investments are subject to City approval. The cost of the investment program, and risk thereof, is to be borne entirely by the contractor. O Option 4: Contractor shall submit a "Retainage Bond" on City -provided form (Exhibit D of this Agreement). Ached F Tucci President p&-27/5 Contracto-Signature Date City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 53 RFB # 18-001 2018 EXHIBIT D RETAINAGE BOND TO CITY OF FEDERAL WAY 2018 ASPHALT OVERLAY PROJECT KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Tucci & Sons, Inc., as principal ("Principal"), and , a Corporation organized and existing under the laws of the State of , as a surety Corporation, and qualified under the laws of the State of Washington to become surety upon bonds of Contractors with Municipal Corporations, as surety ("Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ("City") in the penal sum of: Sixty -Nine Thousand Two Hundred Three and 55/100 Dollars ($69,203.55) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the 2018 Asphalt Overlay 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 earned by the Principal pursuant to the contract, a sum not to exceed five percent (5%), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or 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 said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth, for the amount of $1,384,071.00 and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without consent of the 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 2018 Asphalt Overlay Project RFB ver. 4-17 54 RFB # 18-001 2018 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. 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 to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this day of 20_, 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. CORPORATE SEAL: PRINCIPAL TUCCI & SONS, INC. By: Michael F. Tucci, President 4224 Waller Rd Tacoma, WA 98443 CORPORATE SEAL: SURETY City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 55 By: Attorney -in -Fact (Attach Power of Attorney) Title: Address: RFB # 18-001 2018 CERTIFICATES AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Michael F. Tucci who signed the said bond on behalf of the Principal, was 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. Secretary of Assistant Secretary I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that , who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. APPROVED AS TO FORM: J. Ryan Call, City Attorney City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 56 Secretary of Assistant Secretary RFB # 18-001 2018 EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: LLE PLOYEES AN D TO: �� X52 a2r�-r�r. e,S' (Name of Union or Organization) 7Z1 The undersigned currently holds contract(s) with /7:15g12....#.44nvolving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 Jeff Huynh Street Systems Engineer City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 57 Michael F Tucci President (Contractor or subcontractor) 4.3 -z.7-/e Date RFB # 18-001 2018 City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 EXHIBIT F CERTIFICATE OF INSURANCE 58 RFB # 18-001 2018 1 1 1 1 1 1 1 1 1 1 11 II II ■ ■ ■ 1 • iaa,1 TUCCSONS ACORDT. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)3/26/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Propel Insurance Tacoma Commercial Insurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 CONTACT Christine Maden NAME: PHONE 800 499-0933 FAX 866 577-1326 (A/C, No, Ext): (A/C, No): E-MAILDDSS: Christine.Maden@propelinsurance.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A : Zurich American Insurance Compa 16535 INSURED Tucci & Sons Inc 4224 Waller Road Tacoma, WA 98443 INSURER B: Navigators Insurance Company 42307 INSURER C : AIG Specialty Insurance Company 26883 INSURER D : $1,000,000 INSURER E : INSURER F : CLAIMS -MADE COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY X X GL0399266914 01/01/2018 01/01/2019 EACH OCCURRENCE $1,000,000 CLAIMS -MADE X OCCUR PREMISES Ea RENTED $300,000 X PD Ded: $10,000 MED EXP (Any one person) $10,000 PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY X JECOT LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY X X BAP399266814 01/01/2018 01/01/2019 CON (EaMBIaccidEDent)SINGLE LIMIT _$1r000,000 $ X ANY AUTO BODILY INJURY (Per person) ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per accident) $ X HIRED AUTOS X AUTO WNED PROPERTYDAMAGE $ _ $ B UMBRELLA LIAB X OCCUR X X SFI8EXC720942QN 01/01/2018 01/01/2019 EACH OCCURRENCE $5,000,000 $5,000,000 x EXCESS LIAB CLAIMS -MADE AGGREGATE DED X RETENT ON $0 $ WORKERS COMPENSATION (WA Stop Gap) PER STATUTE OTH- ER A AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N GL0399266914 01/01/2018 01/01/2019 E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N N / A E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 C Pollution Liab X CP01671517 01/01/2018 01/01/2019 $2,000,000 Occurrence $2,000,000 Aggregate DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 2018 Asphalt Overlay Project. The City of Federal Way, its officers, officials, employees, volunteers and agents are additional insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Ave South Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I ACORD 25 (2014/01) 1 of 1 #S3107221/M3001276 © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KTROO 1 This page has been left blank intentionally. 1 1 1 1 1 1 1 1 11 I I II Additional Insured — Automatic — Owners, Lessees Or Contractors ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Retum Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products -completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U -GL -1175-F CW (04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section 111 — Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U -GL -1175-F CW (04/13) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1 1 1 1 1 1 1 1 1 1 11 II II ■ ■ 1 1 1 Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer Add'I. Prem Return Prem. 0L0399266914 01/01/2018 01/01/2019 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U -GL -925-B CW (12/01) Page 1 of 1 1 ' This page has been left blank intentionally. 1 1 1 1 1 1 1 1 1 1 I I I I 1 1 t 1 1 1 Coverage Extension Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. Add'I. Prem Retum Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II — Covered Autos Liability Coverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment — Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section 11 — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U -CA -424-F CW (04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section 11 — Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section 11 — Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section 111 — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage — Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U -CA -424-F CW (04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section 111 — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U -CA -424-F CW (04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage — Comprehensive Coverage — Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos — Physical Damage 1. The following is added to Section I — Covered Autos: Temporary Substitute Autos — Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos — Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U -CA -424-F CW (04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos — Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto — World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U -CA -424-F CW (04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc., with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II — Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage — Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III — Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U -CA -424-F CW (04-14) Page 6 of 6 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. 106858044 We, the undersigned Tucci & Sons, Inc., ("Principal") and Travelers Casualty and Surety Company of America the undersigned corporation organized and existing under the laws of the State of Connecticut and legally doing business in the State of Washington as a surety ("Surety'), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ("City") in the penal sum of One Million Three Hundred Eighty -Four Thousand Seventy -One Dollars and no/100 ($1,384,071.00) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. The Principal has entered into an Agreement with the City dated r 1 1 201 0 for 2018 Asphalt Overlay 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 Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project 59 2018 RFB ver. 4-17 r 1 1 1 In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said dispute. The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by Judicial Dispute Resolution, LLC, 1425 Fourth Avenue, Suite 300, Seattle, Washington 98101. The Surety shall not interplead prior to completion of the mediation. DATED this 27th day of March , 2018 CORPORATE SEAL OF PRINCIPAL: By: TUCCI & NS, INC. Micha I F. Tucci, President 4224 Waller Rd Tacoma, WA 98443 (253) 922-6676 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Michale F. Tucci, who signed the said bond on behalf of the Principal, was President of the said Corporation; that I know his 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. RPCRAfg ..... F SURETY: 2 c : NNO3 2 Vit:•...111.10 ii110 •�"avJ'tll�:^P+` ��' APPROVED AS TO FORM: -41J. Ryan Call, City Attorney City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 60 /‘f/y/n a/‘rei. Secretary of Assistant Secretary SURETY Travelers Casualty and Surety Company of America By: /L1! aa,azz-_ Attorney -in -Fact (Attach Power of Attorney) Julie Craker (Name of Person Executing Bond) c/o Hentschell & Associates, Inc. 1436 S. Union Avenue Tacoma, WA 98405 (Address) (253) 272-1151 (Phone) RFB # 18-001 2018 1 1 1 1 1 1 1 1 11 11 11 1 M r 1 1 i TRAVELERSJ11k Attorney -In Fact No. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company 231907 St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate No. 0 0 7 1 6 9 3 7 0 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Julie Craker, Thomas P. Hentschell, Leslie A. Parks, Brad Roberts, Joanne Reinkensmeyer, and Janet Pudists of the City of Tacoma State of Washington their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 29th day of March 2017 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company State of Connecticut City of Hartford ss. By: Robert L. Raney, Senior Vice President On this the 29th day of March 2017 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2021. 58440-5-16 Printed in U.S.A. tI • Public 0100 WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attomey or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary, of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this t� (_ d of v�ct��ml�l Kevin E. Hughes, Assistant Sec tary To verify the authenticity of this Power of Attorney, call 1-800-421-3880 or contact us at www.travelersbond.com. Please refer to the Attorney -In -Fact number, the above-named individuals and the details of the bond to which the power is attached. WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 2018 Asphalt Overlay Project RFB ver. 4-17 61 RFB # 18-001 2018 r 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub -contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub -contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. City of Federal Way 2018 Asphalt Overlay Project RFB ver. 4-17 62 RFB # 18-001 2018 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 11 the 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 June 1, 2017 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 1-02.6 Preparation of Proposal 37 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized 38 Disadvantaged Business Enterprise", and "DBE" is revised to read "UDBE". 39 40 1-02.9 Delivery of Proposal 41 The last sentence of the third paragraph is revised to read: 42 43 The Contracting Agency will not open or consider any Proposal when the Proposal or 44 Bid deposit is received after the time specified for receipt of Proposals or received in a 45 location other than that specified for receipt of Proposals unless an emergency or A-1 1 unanticipated event interrupts normal work processes of the Contracting Agency so 2 that Proposals cannot be received. 3 4 The following new paragraph is inserted before the last paragraph: 5 6 If an emergency or unanticipated event interrupts normal work processes of the 7 Contracting Agency so that Proposals cannot be received at the office designated for 8 receipt of bids as specified in Section 1-02.12 the time specified for receipt of the 9 Proposal will be deemed to be extended to the same time of day specified in the 10 solicitation on the first work day on which the normal work processes of the 11 Contracting Agency resume. 12 13 1-02.12 Public Opening of Proposals 14 This section is supplemented with the following new paragraph: 15 16 If an emergency or unanticipated event interrupts normal work processes of the 17 Contracting Agency so that Proposals cannot be opened at the time indicated in the 18 call for Bids the time specified for opening of Proposals will be deemed to be extended 19 to the same time of day on the first work day on which the normal work processes of 20 the Contracting Agency resume. 21 22 1-02.13 Irregular Proposals 23 In this section, "Disadvantaged Business Enterprise" is revised to read "Underutilized 24 Disadvantaged Business Enterprise", and "DBE" is revised to read "UDBE". 25 26 1-04.AP1 27 Section 1-04, Scope of the Work 28 June 1, 2017 29 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 30 Specifications, and Addenda 31 The following new paragraph is inserted before the second to last paragraph: 32 33 Whenever reference is made in these Specifications or the Special Provisions to codes, 34 rules, specifications, and standards, the reference shall be construed to mean the 35 code, rule, specification, or standard that is in effect on the Bid advertisement date, 36 unless otherwise stated or as required by law. 37 38 1-04.3 Reference Information 39 This section is supplemented with the following new sentence: 40 41 If a document that is provided as reference information contains material also included 42 as a part of the Contract, that portion of the document shall be considered a part of 43 the Contract and not as Reference Information. 44 45 1-04.4(2)A General 46 Item number 4 in the third paragraph is revised to read: 47 A-2 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 4. Provide substitution for deleted or reduced Condition of Award Work, Apprentice 2 Utilization and Training. 3 4 1-07.AP1 5 Section 1-07, Legal Relations and Responsibilities to the Public 6 August 7, 2017 7 1-07.1 Laws to be Observed 8 The second paragraph is deleted. 9 10 In the second to last sentence of the third paragraph, "WSDOT" is revised to read 11 "Contracting Agency". 12 13 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax 14 The last three sentences of the first paragraph are deleted and replaced with the following 15 new sentence: 16 17 The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase 18 or rental of tools, machinery, equipment, or consumable supplies not integrated into 19 the project, in the unit bid prices. 20 21 1-07.8 High -Visibility Apparel 22 The last paragraph is revised to read: 23 24 High -visibility garments shall be labeled as, and in a condition compliant with the 25 ANSI/ISEA 107 (2004 or later version) and shall be used in accordance with 26 manufacturer recommendations. 27 28 1-07.8(1) Traffic Control Personnel 29 In this section, references to 'ANSI/ISEA 107-2004" are revised to read 'ANSI/ISEA 107". 30 31 1-07.8(2) Non -Traffic Control Personnel 32 In this section, the reference to "ANSI/ISEA 107-2004" is revised to read 'ANSI/ISEA 107". 33 34 1-07.9(2) Posting Notices 35 Items 1 and 2 are revised to read: 36 37 1. EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment 38 Opportunity IS THE LAW published by US Department of Labor. Post for 39 projects with federal -aid funding. 40 41 2. FHWA 1022 (revised 05/15) — NOTICE Federal -Aid Project published by 42 Federal Highway Administration (FHWA). Post for projects with federal -aid 43 funding. 44 45 Items 5, 6 and 7 are revised to read: 46 A-3 1 5. WHD 1420 (revised 02/13) — Employee Rights and Responsibilities Under 2 The Family And Medical Leave Act published by US Department of Labor. Post 3 on all projects. 4 5 6. WHD 1462 (revised 01/16) — Employee Polygraph Protection Act published by 6 US Department of Labor. Post on all projects. 7 8 7. F416-081-909 (revised 09/15) — Job Safety and Health Law published by 9 Washington State Department of Labor and Industries. Post on all projects. 10 11 Items 9 and 10 are revised to read: 12 13 9. F700-074-909 (revised 06/13) — Your Rights as a Worker in Washington 14 State by Washington State Department of Labor and Industries (L&I). Post on all 15 projects. 16 17 10. EMS 9874 (revised 10/15) — Unemployment Benefits published by Washington 18 State Employment Security Department. Post on all projects. 19 20 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 21 The second sentence of the first paragraph is deleted. 22 23 The first sentence of the second paragraph is revised to read: 24 25 The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and 26 other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. 27 28 Item number four of the fourth paragraph (up until the colon) is revised to read: 29 30 4. Potential Spill Sources — Describe each of the following for all potentially 31 hazardous materials brought or generated on-site, including but not limited to 32 materials used for equipment operation, refueling, maintenance, or cleaning: 33 34 The first sentence of item 7e of the fourth paragraph is revised to read: 35 36 BMP methods and locations where they are used to prevent discharges to ground or 37 water during mixing and transfer of hazardous materials and fuel. 38 39 The last paragraph is deleted. 40 41 1-08.AP1 42 Section 1-08, Prosecution and Progress 43 June 1, 2017 44 1-08.1 Subcontracting 45 The eighth and ninth paragraphs are revised to read: 46 A-4 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 On all projects, the Contractor shall certify to the actual amounts paid to all firms that 2 were used as Subcontractors, lower tier subcontractors, manufacturers, regular 3 dealers, or service providers on the Contract. This includes all Disadvantaged, Minority, 4 Small, Veteran or Women's Business Enterprise firms. This Certification shall be 5 submitted to the Engineer on a monthly basis each month between Execution of the 6 Contract and Physical Completion of the Contract using the application available at: 7 https://wsdot.diversitycompliance.com. A monthly report shall be submitted for every 8 month between Execution of the Contract and Physical Completion regardless of 9 whether payments were made or work occurred. 10 11 The Contractor shall comply with the requirements of RCW 39.04.250, 39.76.011, 12 39.76.020, and 39.76.040, in particular regarding prompt payment to Subcontractors. 13 Whenever the Contractor withholds payment to a Subcontractor for any reason 14 including disputed amounts, the Contractor shall provide notice within 10 calendar days 15 to the Subcontractor with a copy to the Contracting Agency identifying the reason for 16 the withholding and a clear description of what the Subcontractor must do to have the 17 withholding released. Retainage withheld by the Contractor prior to completion of the 18 Subcontractors work is exempt from reporting as a payment withheld and is not 19 included in the withheld amount. The Contracting Agency's copy of the notice to 20 Subcontractor for deferred payments shall be submitted to the Engineer concurrently 21 with notification to the Subcontractor. 22 23 1-08.1(1) Prompt Payment, Subcontract Completion and Return of Retainage 24 Withheld 25 In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting Agency". 26 27 The last sentence in item number 11 of the first paragraph is revised to read: 28 29 The Contractor may also require any documentation from the Subcontractor that is 30 required by the subcontract or by the Contract between the Contractor and Contracting 31 Agency or by law such as affidavits of wages paid, and material acceptance 32 certifications to the extent that they relate to the Subcontractor's Work. 33 34 Item number 12 of the first paragraph is revised to read: 35 36 12. If the Contractor fails to comply with the requirements of the Specification and the 37 Subcontractor's retainage or retainage bond is wrongfully withheld, the Contractor 38 will be subject to the actions described in No. 7 listed above. The Subcontractor 39 may also seek recovery against the Contractor under applicable prompt pay 40 statutes in addition to any other remedies provided for by the subcontract or by 41 law. 42 43 1-08.5 Time for Completion 44 In item 2c of the last paragraph, "Quarterly Reports" is revised to read "Monthly Reports". 45 A-5 1 1-09.AP1 2 Section 1-09, Measurement and Payment 3 April 4, 2016 4 1-09.6 Force Account 5 The second sentence of item number 4 is revised to read: 6 7 A "specialized service" is a work operation that is not typically done by worker 8 classifications as defined by the Washington State Department of Labor and Industries 9 and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and 10 municipal construction. 11 12 1-10.AP1 13 Section 1-10, Temporary Traffic Control 14 January 3, 2017 15 1-10.1(2) Description 16 The first paragraph is revised to read: 17 18 The Contractor shall provide flaggers and all other personnel required for labor for 19 traffic control activities that are not otherwise specified as being furnished by the 20 Contracting Agency. 21 22 In the third paragraph, "Project Engineer" is revised to read "Engineer". 23 24 The following new paragraph is inserted after the third paragraph: 25 26 The Contractor shall keep lanes, on -ramps, and off -ramps, open to traffic at all times 27 except when Work requires closures. Ramps shall not be closed on consecutive 28 interchanges at the same time, unless approved by the Engineer. Lanes and ramps 29 shall be closed for the minimum time required to complete the Work. When paving hot 30 mix asphalt the Contractor may apply water to the pavement to shorten the time 31 required before reopening to traffic. 32 33 1-10.3(2)C Lane Closure Setup/Takedown 34 The following new paragraph is inserted before the last paragraph: 35 36 Channelization devices shall not be moved by traffic control personnel across an open 37 lane of traffic. If an existing setup or staging of traffic control devices require crossing 38 an open lane of traffic, the traffic control devices shall be taken down completely and 39 then set up in the new configuration. 40 41 2-03.AP2 42 Section 2-03, Roadway Excavation and Embankment 43 August 1, 2016 44 2-03.3(7)C Contractor -Provided Disposal Site 45 The second paragraph is revised to read: 46 A-6 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 The Contractor shall acquire all permits and approvals required for the use of the 2 disposal sites before any waste is hauled off the project. The Contractor shall submit a 3 Type 1 Working Drawing consisting of copies of the permits and approvals for any 4 disposal sites to be used. The cost of any such permits and approvals shall be included 5 in the Bid prices for other Work. 6 7 The third paragraph is deleted. 8 9 2-06.AP2 10 Section 2-06, Subgrade Preparation 11 January 3, 2017 12 2-06.3(2) Subgrade for Pavement 13 The second sentence in the first paragraph is revised to read: 14 15 The Contractor shall compact the Subgrade to a depth of 6 inches to 95 percent of 16 maximum density as determined by the compaction control tests for granular 17 materials. 18 19 4-04.AP4 20 Section 4-04, Ballast and Crush Surfacing 21 January 3, 2017 22 4-04.3(5) Shaping and Compaction 23 The first sentence is revised to read: 24 25 Immediately following spreading and final shaping, each layer of surfacing shall be 26 compacted to at least 95 percent of maximum density determined by the requirements 27 of Section 2-03.3(14)D before the next succeeding layer of surfacing or pavement is 28 placed. 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 A-7 1 HMA shall be composed of asphalt binder and mineral materials as required, and may 2 include reclaimed asphalt pavement (RAP) or reclaimed asphalt shingles (RAS), mixed 3 in the proportions specified to provide a homogeneous, stable, and workable mix. 4 5 5-04.2 Materials 6 Provide materials as specified in these sections: 7 8 Asphalt Binder 9-02.1(4) 9 Cationic Emulsified Asphalt 9-02.1(6) 10 Anti -Stripping Additive 9-02.4 11 Warm Mix Asphalt Additive 9-02.5 12 Aggregates 9-03.8 13 Reclaimed Asphalt Pavement (RAP) 9-03.8(3)B 14 Reclaimed Asphalt Shingles (RAS) 9-03.8(3)B 15 Mineral Filler 9-03.8(5) 16 Recycled Material 9-03.21 17 Joint Sealants 9-04.2 18 Closed Cell Foam Backer Rod 9-04.2(3)A 19 20 21 5-04.2(2) Mix Design — Obtaining Project Approval 22 Use only mix designs listed on the Qualified Products List (QPL). Submit WSDOT 23 Form 350-041 to the Engineer to request approval to use a mix design from the 24 QPL. Changes to the job mix formula (JMF) that have been approved on other 25 contracts may be included. The Engineer may reject a request to use a mix design 26 if production of HMA using that mix design on any contract is not in compliance 27 with Section 5-04.3(11)D, E, F, and G for mixture or compaction. 28 29 5-04.2(2)A Changes to the Job Mix Formula 30 The approved mix design obtained from the QPL will be considered the 31 starting job mix formula (JMF) and shall be used as the initial basis for 32 acceptance of HMA mixture, as detailed in Section 5-04.3(9). 33 34 During production the Contractor may request to adjust the JMF. Any 35 adjustments to the JMF will require approval of the Engineer and shall be 36 made in accordance with item 2 of Section 9-03.8(7). After approval by the 37 Engineer, such adjusted JMF's shall constitute the basis for acceptance of the 38 HMA mixture. 39 40 5-04.2(2)B Using Warm Mix Asphalt Processes 41 The Contractor may, at the Contractor's discretion, elect to use warm mix 42 asphalt (WMA) processes for producing HMA. WMA processes include organic 43 additives, chemical additives, and foaming. The use of WMA is subject to the 44 following: 45 46 • Do not use WMA processes in the production of High RAP/Any RAS 47 mixtures. A-8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 • Before using WMA processes, obtain the Engineer's approval using 2 WSDOT Form 350-076 to describe the proposed WMA process. 3 4 5-04.3 Construction Requirements 5 5-04.3(1) Weather Limitations 6 Do not place HMA for wearing course on any Traveled Way beginning October 1st 7 through March 31st of the following year, without written concurrence from the 8 Engineer. 9 10 Do not place HMA on any wet surface, or when the average surface temperatures 11 are Tess than those specified in Table 5, or when weather conditions otherwise 12 prevent the proper handling or finishing of the HMA. 13 14 15 16 17 18 19 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. 20 In hot weather, the Engineer may require the application of water to the 21 pavement to accelerate the finish rolling of the pavement and to shorten the time 22 required before reopening to traffic. 23 24 During paving operations, maintain temporary pavement markings throughout the 25 project. Install temporary pavement markings on the Roadway prior to opening to 26 traffic. Temporary pavement markings shall comply with Section 8-23. 27 28 5-04.3(4) Preparation of Existing Paved Surfaces 29 Before constructing HMA on an existing paved surface, the entire surface of the 30 pavement shall be clean. Entirely remove all fatty asphalt patches, grease 31 drippings, and other deleterious substances from the existing pavement to the 32 satisfaction of the Engineer. Thoroughly clean all pavements or bituminous 33 surfaces of dust, soil, pavement grindings, and other foreign matter. Thoroughly 34 remove any cleaning or solvent type liquids used to clean equipment spilled on the 35 pavement before paving proceeds. Fill all holes and small depressions with an 36 appropriate class of HMA. Level and thoroughly compact the surface of the 37 patched area. 38 39 Apply a uniform coat of asphalt (tack coat) to all paved surfaces on which any 40 course of HMA is to be placed or abutted. Apply tack coat to cover the cleaned 41 existing pavement with a thin film of residual asphalt free of streaks and bare A-9 1 spots. Apply a heavy application of tack coat to all joints. For Roadways open to 2 traffic, limit the application of tack coat to surfaces that will be paved during the 3 same working shift. Equip the spreading equipment with a thermometer to 4 indicate the temperature of the tack coat material. 5 6 Do not operate equipment on tacked surfaces until the tack has broken and cured. 7 Repair tack coat damaged by the Contractor's operation, prior to placement of the 8 HMA. 9 10 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS -1, 11 CSS -1h, STE-1, or Performance Graded (PG) asphalt for tack coat. The CSS -1 and 12 CSS-lh may be diluted with water at a rate not to exceed one part water to one 13 part emulsified asphalt. Do not allow the tack coat material to exceed the 14 maximum temperature recommended by the asphalt supplier. 15 16 When shown in the Plans, prelevel uneven or broken surfaces over which HMA is 17 to be placed by using an asphalt paver, a motor patrol grader, or by hand raking, 18 as approved by the Engineer. 19 20 5-O4.3(4)A Crack Sealing 21 5-O4.3(4)A1 General 22 When the Proposal includes a pay item for crack sealing, seal all cracks 23 1/4 inch in width and greater. 24 25 Cleaning: Ensure that cracks are thoroughly clean, dry and free of all 26 loose and foreign material when filling with crack sealant material. Use a 27 hot compressed air lance to dry and warm the pavement surfaces within 28 the crack immediately prior to filling a crack with the sealant material. Do 29 not overheat pavement. Do not use direct flame dryers. Routing cracks 30 is not required. 31 32 Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly 33 mix the components and pour the mixture into the cracks until full. Add 34 additional CSS -1 cationic emulsified asphalt to the sand slurry as needed 35 for workability to ensure the mixture will completely fill the crack. Strike 36 off the sand slurry flush with the existing pavement surface and allow the 37 mixture to cure. Top off cracks that were not completely filled with 38 additional sand slurry. Do not place the HMA overlay until the slurry has 39 fully cured. 40 41 Hot Poured Sealant: For cracks that are to be filled with hot poured 42 sealant, apply the material in accordance with these requirements and 43 the manufacturer's recommendations. Furnish a Type 1 Working Drawing 44 of the manufacturer's product information and recommendations to the 45 Engineer prior to the start of work, including the manufacturer's 46 recommended heating time and temperatures, allowable storage time 47 and temperatures after initial heating, allowable reheating criteria, and 48 application temperature range. Confine hot poured sealant material A-10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 within the crack. Clean any overflow of sealant from the pavement 2 surface. If, in the opinion of the Engineer, the Contractor's method of 3 sealing the cracks with hot poured sealant results in an excessive amount 4 of material on the pavement surface, stop and correct the operation to 5 eliminate the excess material. 6 7 5-O4.3(4)A2 Crack Sealing Areas Prior to Paving 8 In areas where HMA will be placed, use sand slurry to fill the cracks. 9 10 5-O4.3(4)A3 Crack Sealing Areas Not to be Paved 11 In areas where HMA will not be placed, fill the cracks as follows: 12 13 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 14 15 2. Cracks greater than 1 inch in width — fill with sand slurry. 16 17 5-O4.3(4)B Soil Residual Herbicide 18 Where shown in the Plans, apply one application of an approved soil residual 19 herbicide. Comply with Section 8-02.3(3)B. Complete paving within 48 hours 20 of applying the herbicide. 21 22 Use herbicide registered with the Washington State Department of Agriculture 23 for use under pavement. Before use, obtain the Engineer's approval of the 24 herbicide and the proposed rate of application. Include the following 25 information in the request for approval of the material: 26 27 1. Brand Name of the Material, 28 29 2. Manufacturer, 30 31 3. Environmental Protection Agency (EPA) Registration Number, 32 33 4. Material Safety Data Sheet, and 34 35 5. Proposed Rate of Application. 36 37 5-04.3(11) Reject Work 38 This Section applies to HMA and all requirements related to HMA (except 39 aggregates prior to being incorporated into HMA). For rejection of aggregate 40 prior to its incorporation into HMA refer to Section 3-04. 41 42 5-O4.3(11)A Reject Work — General 43 Work that is defective or does not conform to Contract requirements shall 44 be rejected. The Contractor may propose, in writing, alternatives to 45 removal and replacement of rejected material. Acceptability of such 46 alternative proposals will be determined at the sole discretion of the 47 Engineer. 48 A-11 1 5-04.3(11)B Rejection by Contractor 2 The Contractor may, prior to acceptance sampling and testing, elect to 3 remove any defective material and replace it with new material. Any such 4 new material will be sampled, tested, and evaluated for acceptance. 5 6 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) 7 The Engineer may, without sampling, reject any batch, load, or section of 8 Roadway that appears defective. Material rejected before placement shall 9 not be incorporated into the pavement. 10 11 No payment will be made for the rejected materials or the removal of the 12 materials unless the Contractor requests the rejected material to be 13 tested. If the Contractor requests testing, acceptance will be by Statistical 14 Evaluation, and a minimum of three samples will be obtained and tested. 15 When uncompacted material is required for testing but not available, the 16 Engineer will determine random sample locations on the roadway in 17 accordance with WSDOT Test Method T 716, take cores in accordance 18 with WSDOT SOP 734, and test the cores in accordance with WSDOT 19 SOP 737. 20 21 If the CPF for the rejected material is less than 0.75, no payment will be 22 made for the rejected material; in addition, the cost of sampling and 23 testing shall be borne by the Contractor. If the CPF is greater than or 24 equal to 0.75, the cost of sampling and testing will be borne by the 25 Contracting Agency. If the material is rejected before placement and the 26 CPF is greater than or equal to 0.75, compensation for the rejected 27 material will be at a CPF of 0.75. If rejection occurs after placement and 28 the CPF is greater than or equal to 0.75, compensation for the rejected 29 material will be at the calculated CPF with an addition of 25 percent of 30 the unit Contract price added for the cost of removal and disposal. 31 32 5-04.3(11)D Rejection — A Partial Sublot (Mixture or 33 Compaction) 34 In addition to the random acceptance sampling and testing, the Engineer 35 may also isolate from a mixture or compaction sublot any material that is 36 suspected of being defective in relative density, gradation or asphalt 37 binder content. Such isolated material will not include an original sample 38 location. The Contracting Agency will obtain a minimum of three random 39 samples of the suspect material and perform the testing. When 40 uncompacted material is required for testing but is not available, the 41 Engineer will select random sample locations on the roadway in 42 accordance with WSDOT Test Method T 716, take cores samples in 43 accordance with WSDOT SOP 734, and test the material in accordance 44 with WSDOT SOP 737. The material will then be statistically evaluated as 45 an independent lot in accordance with Section 1-06.2(2). 46 A-12 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 5-O4.3(11)E Rejection — An Entire Subiot (Mixture or 2 Compaction) 3 An entire mixture or compaction sublot that is suspected of being 4 defective may be rejected. When this occurs, a minimum of two 5 additional random samples from this sublot will be obtained. When 6 uncompacted material is required for the additional samples but the 7 material has been compacted, the Contracting Agency will take and test 8 cores from the roadway as described in Section 5-04.3(11)D. The 9 additional samples and the original sublot will be evaluated as an 10 independent lot in accordance with Section 1-06.2(2). 11 12 5-O4.3(11)F Rejection - A Lot in Progress (Mixture or 13 Compaction) 14 The Contractor shall shut down operations and shall not resume HMA 15 placement until such time as the Engineer is satisfied that material 16 conforming to the Specifications can be produced when: 17 18 1. the Composite Pay Factor (CPF) of a mixture or compaction lot 19 in progress drops below 1.00 and the Contractor is taking no 20 corrective action, or 21 22 2. the Pay Factor (PF;) for any constituent of a mixture or 23 compaction lot in progress drops below 0.95 and the Contractor 24 is taking no corrective action, or 25 26 3. either the PF, for any constituent (or the CPF) of a mixture or 27 compaction lot in progress is less than 0.75. 28 29 5-O4.3(11)G Rejection — An Entire Lot (Mixture or Compaction) 30 An entire lot with a CPF of less than 0.75 will be rejected. 31 32 5-04.3(12) Joints 33 5-O4.3(12)A RIMA Joints 34 5-O4.3(12)A1 Transverse Joints 35 Conduct operations such that placement of the top or wearing 36 course is a continuous operation or as close to continuous as 37 possible. Unscheduled transverse joints will be allowed, but the roller 38 may pass over the unprotected end of the freshly laid HMA only 39 when the placement of the course is discontinued for such a length 40 of time that the HMA will cool below compaction temperature. When 41 the Work is resumed, cut back the previously compacted HMA to 42 produce a slightly beveled edge for the full thickness of the course. 43 44 Construct a temporary wedge of HMA on a 50H:1V where a 45 transverse joint as a result of paving or planing is open to traffic. 46 Separate the HMA in the temporary wedge from the permanent HMA 47 upon which it is placed by strips of heavy wrapping paper or other 48 methods approved by the Engineer. Remove the wrapping paper and A-13 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 13 new 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:1V. 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 31 not 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(13) Surface Smoothness 44 The completed surface of all courses shall be of uniform texture, smooth, 45 uniform as to crown and grade, and free from defects of all kinds. The 46 completed surface of the wearing course shall not vary more than Vs inch 47 from the lower edge of a 10 -foot straightedge placed on the surface parallel 48 to the centerline. The transverse slope of the completed surface of the A-14 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 wearing course shall vary not more than 1/4 inch in 10 feet from the rate of 2 transverse slope shown in the Plans. 3 4 When deviations in excess of the above tolerances are found that result from 5 a high place in the HMA, correct the pavement surface by one of the 6 following methods: 7 8 1. Remove material from high places by grinding with an approved 9 grinding machine, or 10 11 2. Remove and replace the wearing course of HMA, or 12 13 3. By other method approved by the Engineer. 14 15 Correct defects until there are no deviations anywhere greater than the 16 allowable tolerances. 17 18 Deviations in excess of the above tolerances that result from a low place in 19 the HMA and deviations resulting from a high place where corrective action, in 20 the opinion of the Engineer, will not produce satisfactory results will be 21 accepted with a price adjustment. The Engineer shall deduct from monies due 22 or that may become due to the Contractor the sum of $500.00 for each and 23 every section of single traffic lane 100 feet in length in which any excessive 24 deviations described above are found. 25 26 When portland cement concrete pavement is to be placed on HMA, the 27 surface tolerance of the HMA shall be such that no surface elevation lies 28 above the Plan grade minus the specified Plan depth of portland cement 29 concrete pavement. Prior to placing the portland cement concrete pavement, 30 bring any such irregularities to the required tolerance by grinding or other 31 means approved by the Engineer. 32 33 When utility appurtenances such as manhole covers and valve boxes are 34 located in the Traveled Way, pave the Roadway before the utility 35 appurtenances are adjusted to the finished grade. 36 37 5-04.3(14) Planing Bituminous Pavement 38 Plane in such a manner that the underlying pavement is not torn, broken, or 39 otherwise damaged by the planing operation. Delamination or raveling of the 40 underlying pavement will not be construed as damage due to the Contractor's 41 operations. Pavement outside the limits shown in the Plans or designated by 42 the Engineer that is damaged by the Contractor's operations shall be repaired 43 to the satisfaction of the Engineer at no additional cost to the Contracting 44 Agency. 45 46 For mainline planing operations, use equipment with automatic controls and 47 with sensors for either or both sides of the equipment. The controls shall be 48 capable of sensing the grade from an outside reference line, or a mat - A -15 1 referencing device. The automatic controls shall have a transverse slope 2 controller capable of maintaining the mandrel at the desired transverse slope 3 (expressed as a percentage) within plus or minus 0.1 percent. 4 5 Remove all loose debris from the planed surface before opening the planed 6 surface to traffic. The planings and other debris resulting from the planing 7 operation shall become the property of the Contractor and be disposed of in 8 accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract. 9 10 5-04.3(15) Sealing Pavement Surfaces 11 Apply a fog seal where shown in the Plans. Construct the fog seal in 12 accordance with Section 5-02.3. Unless otherwise approved by the Engineer, 13 apply the fog seal prior to opening to traffic. 14 15 5-04.3(16) HMA Road Approaches 16 Construct HMA approaches at the locations shown in the Plans or where 17 staked by the Engineer, in accordance with Section 5-04. 18 19 5-04.4 Measurement 20 HMA Cl. PG , HMA for Cl. PG , and Commercial HMA will 21 be measured by the ton in accordance with Section 1-09.2, with no deduction being 22 made for the weight of asphalt binder, mineral filler, or any other component ofthe 23 HMA. If the Contractor elects to remove and replace HMA as allowed by Section 5- 24 04.3(11), the material removed will not be measured. 25 26 Roadway cores will be measured per each for the number of cores taken. 27 28 Crack Sealing -LF will be measured by the linear foot along the line of the crack. 29 30 Soil residual herbicide will be measured by the mile for the stated width to the nearest 31 0.01 mile or by the square yard, whichever is designated in the Proposal. 32 33 Pavement repair excavation will be measured by the square yard of surface marked 34 prior to excavation. 35 36 Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. 37 38 Longitudinal joint seals between the HMA and cement concrete pavement will be 39 measured by the linear foot along the line and slope of the completed joint seal. 40 41 HMA sawcut and seal, and paved panel joint seal, will be measured by the linear foot 42 along the line and slope of the completed joint seal. 43 44 Planing bituminous pavement will be measured by the square yard. 45 46 Temporary pavement marking will be measured by the linear foot as provided in 47 Section 8-23.4. 48 A-16 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Water will be measured by the M gallon as provided in Section 2-07.4. 2 3 5-04.5 Payment 4 Payment will be made for each of the following Bid items that are included in the 5 Proposal: 6 7 "HMA Cl. PG ", per ton. 8 "HMA for Approach Cl. __ PG ", per ton. 9 "HMA for Preleveling Cl. __ PG ", per ton. 10 "HMA for Pavement Repair Cl. PG ", per ton. 11 "Commercial HMA", per ton. 12 The unit Contract price per ton for "HMA Cl. PG ", "HMA for Approach Cl. 13 PG ", "HMA for Preleveling Cl. PG ", "HMA for Pavement Repair Cl. 14 PG ", and "Commercial HMA" shall be full compensation for all costs, 15 including anti -stripping additive, incurred to carry out the requirements of Section 16 5-04 except for those costs included in other items which are included in this 17 Subsection and which are included in the Proposal. 18 19 "Crack Sealing -FA", by force account. 20 "Crack Sealing -FA" will be paid for by force account as specified in Section 1-09.6. 21 For the purpose of providing a common Proposal for all Bidders, the Contracting 22 Agency has entered an amount in the Proposal to become a part of the total Bid 23 by the Contractor. 24 25 "Crack Sealing -LF", per linear foot. 26 The unit Contract price per linear foot for "Crack Sealing -LF" shall be full payment 27 for all costs incurred to perform the Work described in Section 5-04.3(4)A. 28 29 "Soil Residual Herbicide _ ft. Wide", per mile, or 30 "Soil Residual Herbicide", per square yard. 31 The unit Contract price per mile or per square yard for "Soil Residual Herbicide" 32 shall be full payment for all costs incurred to obtain, provide and install herbicide 33 in accordance with Section 5-04.3(4)B. 34 35 "Pavement Repair Excavation Incl. Haul", per square yard. 36 The unit Contract price per square yard for "Pavement Repair Excavation Incl. 37 Haul" shall be full payment for all costs incurred to perform the Work described in 38 Section 5-04.3(4)C with the exception, however, that all costs involved in the 39 placement of HMA shall be included in the unit Contract price per ton for "HMA for 40 Pavement Repair Cl. PG ", per ton. 41 42 "Asphalt for Fog Seal", per ton. 43 Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. 44 45 "Longitudinal Joint Seal", per linear foot. 46 The unit Contract price per linear foot for "Longitudinal Joint Seal" shall be full 47 payment for all costs incurred to construct the longitudinal joint between HMA and 48 cement concrete pavement, as described in Section 5-04.3(12)B. A-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 "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)61. "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)62. "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)C3. "HMA Core — Bridge", per each. The unit Contract price per each for "HMA Core — Bridge" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is on a bridge deck. "HMA Core — Roadway", per each. The unit Contract price per each for "HMA Core — Roadway" shall be full payment for all costs, including traffic control, associated with taking HMA density cores in pavement that is not on a bridge deck. "Cyclic Density Price Adjustment", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)B. A-18 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 8-01.AP8 2 Section 8-01, Erosion Control and Water Pollution Control 3 August 1, 2016 4 8-01.2 Materials 5 This section is supplemented with the following new paragraph: 6 7 Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01. 8 9 8-01.3(7) Stabilized Construction Entrance 10 The last sentence of the first paragraph is revised to read: 11 12 Material used for stabilized construction entrance shall be free of extraneous materials 13 that may cause or contribute to track out. 14 15 8-01.3(8) Street Cleaning 16 This section is revised to read: 17 18 Self-propelled street sweepers shall be used to remove and collect sediment and other 19 debris from the Roadway, whenever required by the Engineer. The street sweeper shall 20 effectively collect these materials and prevent them from being washed or blown off 21 the Roadway or into waters of the State. Street sweepers shall not generate fugitive 22 dust and shall be designed and operated in compliance with applicable air quality 23 standards. 24 25 Material collected by the street sweeper shall be disposed of in accordance with 26 Section 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 8-20.1 Description 37 This section is supplemented with the following new subsection: 38 39 8-20.1(3) Permitting and :Inspections 40 Electrical installations are subject to electrical inspection in accordance with RCW 41 19.28.101. Electrical inspections may only be performed by an electrical inspector 42 meeting the requirements of RCW 19.28.321. Electrical installations will not be 43 accepted until they have been inspected and approved by an electrical inspector as 44 required by this Section. This inspection is required even if there is no new electrical 45 service or new electrical meter being installed in the Contract. 46 A-19 1 Installations within WSDOT right of way are subject to a minimum of a final inspection 2 by a WSDOT certified electrical inspector as allowed by RCW 19.28.141. A separate 3 permit is not required for electrical installations within WSDOT right of way. Additional 4 inspections may be required at the discretion of the Engineer. 5 6 Installations outside of WSDOT right of way are subject to permitting and inspection by 7 the Washington State Department of Labor and Industries (L&I) or a local jurisdiction 8 approved for that location by L&I. Approved local jurisdictions and their contacts may 9 be found on the L&I website at 10 http://www.lni.wa.gov/TradesLicensing/Electrical/FeePermInsp/CityInspectors/. 11 12 8-20.1(1) Regulations and Code 13 The second paragraph is revised to read: 14 15 Wherever reference is made in these Specifications or in the Special Provisions to the 16 Code, the rules, or the standards mentioned above, the reference shall be construed to 17 mean the code, rule, or standard that is in effect on the Bid advertisement date. 18 19 8-22.AP8 20 Section 8-22, Pavement Marking 21 August 7, 2017 22 8-22.3(6) Removal of Pavement Markings 23 This section is revised to read: 24 25 Pavement markings to be removed shall be obliterated until all blemishes caused by 26 the pavement marking removal conform to the coloration of the adjacent pavement. 27 28 Grinding to remove pavement markings in their entirety is allowed in areas designated 29 for applications of either Hot Mix Asphalt (HMA) or Bituminous Surface Treatment 30 (BST). Pavement marking removal shall be performed from April 1st through 31 September 30th and only in those areas that shall be paved within the same time 32 window as the grinding, unless otherwise allowed by the Engineer in writing. 33 34 For all cement concrete pavement and areas that will not be overlaid with hot mix 35 asphalt or BST, grinding is allowed to a depth just above the pavement surface and 36 then Water blasting or shot blasting shall be required to remove the remaining 37 pavement markings. 38 39 If in the opinion of the Engineer, the pavement is materially damaged by pavement 40 marking removal, such damage shall be repaired by the Contractor in accordance with 41 Section 1-07.13(1). Sand or other material deposited on the pavement as a result of 42 removing lines and markings shall be removed as the Work progresses to avoid 43 hazardous conditions. Accumulation of sand or other material which might interfere 44 with drainage will not be permitted. 45 A-20 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 8-22.4 Measurement 3 The first two sentences of the fourth paragraph are revised to read: 4 5 The measurement for"Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled 6 Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", 7 "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or "Plastic 8 Wide Dotted Entry Line" will be based on the total length of each painted, plastic or 9 profiled plastic line installed. No deduction will be made for the unmarked area when 10 the marking includes a broken line such as, wide broken lane line, drop lane line, wide 11 dotted lane line or wide dotted entry line. 12 13 8-22.5 Payment 14 The following two new Bid items are inserted after the Bid item "Plastic Crosshatch 15 Marking", per linear foot: 16 17 "Painted Wide Dotted Entry Line", per linear foot. 18 19 "Plastic Wide Dotted Entry Line", per linear foot. 20 21 9-03.AP9 22 Section 9-03, Aggregates 23 August 7, 2017 24 9-03.1(1) General Requirements 25 In this section, each reference to "Section 9-01.2(3)" is revised to read "Section 9- 26 01.2(1)A". 27 28 This first paragraph is supplemented with the following: 29 30 Reclaimed aggregate may be used if it complies with the specifications for Portland 31 Cement Concrete. Reclaimed aggregate is aggregate that has been recovered from 32 plastic concrete by washing avvay the cementitious materials. 33 34 9-03.1(2) Fine Aggregate for Portland Cement Concrete 35 This section is revised to read: 36 37 Fine aggregate shall consist of natural sand or manufactured sand, or combinations 38 thereof, accepted by the Engineer, having hard, strong, durable particles free from 39 adherent coating. Fine aggregate shall be washed thoroughly to meet the 40 specifications. 41 42 9-03.1(2)A Deleterious Substances 43 This section is revised to read: 44 45 The amount of deleterious substances in the washed aggregate shall be tested in 46 accordance with AASHTO M 6 and not exceed the following values: 47 A-21 1 Material finer than No. 200 Sieve 2.5 percent by weight 2 Clay lumps and friable particles 3.0 percent by weight 3 Coal and lignite 0.25 percent by weight 4 Particles of specific gravity less than 2.00 1.0 percent by weight. 5 6 Organic impurities shall be tested in accordance with AASHTO T 21 by the glass 7 color standard procedure and results darker than organic plate no. 3 shall be 8 rejected. A darker color results from AASHTO T 21 may be used provided that 9 when tested for the effect of organic impurities on strength of mortar, the relative 10 strength at 7 days, calculated in accordance with AASHTO T 71, is not less than 95 11 percent. 12 13 9-03.1(4) Coarse Aggregate for Portland Cement Concrete 14 This section is revised to read: 15 16 Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or 17 combinations thereof having hard, strong, durable pieces free from adherent coatings. 18 Coarse aggregate shall be washed to meet the specifications. 19 20 9-03.1(4)A Deleterious 21 This section, including title, is revised to read: 22 23 9-03.1(4)A Deleterious Substances 24 The amount of deleterious substances in the washed aggregate shall be tested in 25 accordance with AASHTO M 80 and not exceed the following values: 26 27 Material finer than No. 200 1.0' percent by weight 28 Clay lumps and Friable Particles 2.0 percent by weight 29 Shale 2.0 percent by weight 30 Wood waste 0.05 percent by weight 31 Coal and Lignite 0.5 percent by weight 32 Sum of Clay Lumps, Friable Particles, and 33 Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 34 35 'If the material finer than the No. 200 sieve is free of clay and shale, this 36 percentage may be increased to 1.5. 37 38 9-03.1(4)C Grading 39 The following new sentence is inserted at the beginning of the last pargraph: 40 41 Where coarse aggregate size 467 is used, the aggregate may be furnished in at least 42 two separate sizes. 43 44 9-03.1(5) Combined Aggregate Gradation for Portland Cement Concrete 45 This section is revised to read: 46 47 As an alternative to using the fine aggregate sieve grading requirements in Section 9- 48 03.1(2)B, and coarse aggregate sieve grading requirements in Section 9-03.1(4)C, a A-22 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 combined aggregate gradation conforming to the requirements of Section 9-03.1(5)A 2 may be used. 3 4 9-03.1(5)A Deleterious Substances 5 This section is revised to read: 6 7 The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall 8 not exceed the values specified in Section 9-03.1(4)A and for aggregates smaller than 9 3/8 inch they shall not exceed the values specified in Section 9-03.1(2)A. 10 11 9-03.1(5)B Grading 12 The first paragraph is deleted. 13 14 9-03.8(2) HMA Test Requirements 15 In the table in item number 3, the heading "Statistical and Nonstatistical" is revised to read 16 "Statistical". 17 18 9-03.8(7) HMA Tolerances and Adjustments 19 In the table in item number 1, the column titled "Nonstatistical Evaluation" is deleted. 20 21 In the table in item 1, the last column titled "Commercial Evaluation" is revised to read 22 "Visual Evaluation". 23 24 9-03.21(1)B Concrete Rubble 25 This section, including title, is revised to read: 26 27 9-03.21(1)B Recycled Concrete Aggregate 28 Recycled concrete aggregates are coarse aggregates manufactured from hardened 29 concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate or 30 blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate 31 shall meet all of the requirements for coarse aggregate contained in Section 9-03.1(4) 32 or 9-03.1(5). In addition to the requirements of Section 9-03.1(4) or 9-03.1(5), 33 recycled concrete shall: 34 35 1. Contain an aggregated weight of less than 1 percent of adherent fines, 36 vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, 37 wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other 38 deleterious substance(s) not otherwise noted; 39 40 2. Be free of components such as chlorides and reactive materials that are 41 detrimental to the concrete, unless mitigation measures are taken to prevent 42 recurrence in the new concrete; 43 44 3. Have an absorption of less than 10 percent when tested in accordance with 45 AASHTO T 85. 46 47 4. Be considered mechanically fractured and therefore be considered part of the 48 total fracture calculation as determined by the FOP for AASHTO T 335. A-23 1 2 Recycled concrete aggregate shall be in a saturated condition prior to mixing. 3 4 Recycled concrete aggregate shall not be placed below the ordinary high water mark of 5 any surface water of the State. 6 7 9-03.21(1)D Recycled Steel Furnace Slag 8 This section title is revised to read: 9 10 Steel Slag 11 12 9-03.21(1)E Table on Maximum Allowable Percent (By Weight) of Recycled 13 Material 14 15 In the Hot Mix Asphalt column, each value of "20" is revised to read "25". 16 17 The last column heading "Steel Furnace Slag" is revised to read "Steel Slag". 18 19 The following new row is inserted after the second row: 20 Coarse Aggregate for Commercial Concrete 9-03.1(4) 0 100 0 0 21 22 9-04.AP9 23 Section 9-04, Joint and Crack Sealing Materials 24 January 3, 2017 25 This section is supplemented with the following two new subsections: 26 27 9-04.11 Butyl Rubber Sealant 28 Butyl rubber sealant shall conform to ASTM C 990. 29 30 9-04.12 External Sealing Band 31 External sealing band shall by Type III B conforming to ASTM C 877. 32 33 9-04.2(1)B Sand Slurry for Bituminous Pavement 34 Sand slurry is mixture consisting of the following components measured by total 35 weight: 36 37 1. Twenty percent CSS -1 emulsified asphalt, 38 39 2. Two percent portland cement, and 40 41 3. Seventy-eight percent fine aggregate meeting the requirements of 9-03.1(2)B 42 Class 2. Fine aggregate may be damp (no free water). 43 A-24 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 9-14.AP9 3 Section 9-14, Erosion Control and Roadside Planting 4 August 7, 2017 5 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 6 The first paragraph is revised to read: 7 8 All HECPs shall be made of natural plant fibers unaltered by synthetic materials, and in 9 a dry condition, free of noxious weeds, seeds, chemical printing ink, germination 10 inhibitors, herbicide residue, chlorine bleach, rock, metal, plastic, and other materials 11 detrimental to plant life. 12 13 The last sentence of the third paragraph is revised to read the following two sentences: 14 15 Under no circumstances will field mixing of additives or components be acceptable, 16 with the exception of seed and water. The product shall be hydrated in accordance 17 with the manufacturer's recommendations. 18 19 In Table 1 of the fourth paragraph, the following new row is inserted below the table 20 heading: 21 These test requirements apply to the fully mixed product, including tackifiers, dyes, or other additives that may be included in the HECP final product in its sprayable form. 22 23 The last two paragraphs are revised to read: 24 25 If the HECP contains a dye to facilitate placement and inspection of the material, it 26 shall be nontoxic to plants, animals, and aquatic life and shall not stain concrete or 27 painted surfaces. 28 29 The HECP shall not be harmful to plants, animals, and aquatic life. 30 31 9-14.4(4) Wood Strand Mulch 32 The last paragraph is revised to read: 33 34 The Contractor shall provide a test report performed in accordance with WSDOT T 125 35 demonstrating compliance to this specification prior to acceptance. This product shall 36 not be harmful to plants, animals, and aquatic life. 37 38 9-14.4(7) Tackifier 39 The first paragraph is supplemented with the following: 40 41 Tackifiers shall include a mulch tracer added to visible aid uniform application, and 42 shall not be harmful to plants, animals, or aquatic life. 43 44 The first sentence of the second paragraph is revised to read: A-25 1 2 The Contractor shall provide test results documenting the tackifier and mulch tracer 3 meets the requirements for Acute Toxicity, Solvents, and Heavy Metals as required in 4 Table 1 in Section 9-14.4(2). 5 6 9-14.4(7)A Organic Tackifier 7 This section is revised to read: 8 9 Organic tackifiers shall be derived from natural plant sources and shall not be harmful 10 to plants, animals, and aquatic life. 11 12 9-14.4(7)B Synthetic Tackifier 13 This section is revised to read: 14 15 Synthetic tackifiers shall not be harmful to plants, animals, and aquatic life. 16 17 9-14.5(2) Biodegradable Erosion Control Blanket 18 The first paragraph is revised to read: 19 20 Biodegradable erosion control blankets, including netting if present, shall be made of 21 natural plant fibers unaltered by synthetic materials. All blanket material shall 22 effectively perform the intended erosion control function until permanent vegetation 23 has been established, or for a minimum of 6 months, whichever comes first. 24 25 9-14.5(4)A Biodegradable Check Dams 26 This section is revised to read: 27 28 Biodegradable check dams shall meet the following requirements: 29 30 Wattle Section 9-14.5(5) 31 Compost Sock Section 9-14.5(6) 32 Coir Log Section 9-14.5(7) 33 34 The Contractor may substitute a different biodegradable check dam as long as it 35 complies with the following and is accepted by the Engineer: 36 37 1. Made of natural plant fiber unaltered by synthetic material. 38 39 2. Netting if present shall be made of natural plant fibers unaltered by synthetic 40 materials. Materials shall effectively perform the intended erosion control 41 function until permanent vegetation has been established or for a minimum of 42 6 months, whichever comes first. 43 44 3. Straw bales shall not be used as check dams. 45 A-26 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 9-14.5(5) Wattles 4 This section is revised to read: 5 6 Wattles shall consist of cylinders of plant material such as weed -free straw, coir, wood 7 chips, excelsior, or wood fiber or shavings encased within netting made of natural plant 8 fibers unaltered by synthetic materials. Wattles shall be a minimum of 8 inches in 9 diameter. Netting material shall be clean, evenly woven, and free of encrusted 10 concrete or other contaminating materials such as preservatives. Netting material shall 11 be free from cuts, tears, or weak places and shall effectively perform the intended 12 erosion control function until permanent vegetation has been established or for a 13 minimum of 6 months, whichever comes first. 14 15 If wood chip filler is used, it shall meet the material requirements as specified in 16 Section 9-14.4(3). If straw filler is used, it shall meet the material requirements as 17 specified in Section 9-14.4(1). If wood shavings are used, 80 percent of the fibers shall 18 have a minimum length of 6 inches between 0.030 and 0.50 inches wide and between 19 0.017 and 0.13 inches thick. 20 21 Stakes for wattles shall be made of wood from untreated Douglas fir, hemlock, or pine 22 species. 23 24 9-14.5(6) Compost Socks 25 This section is revised to read: 26 27 Compost socks shall consist of fabric made of natural plant fibers unaltered by 28 synthetic materials. The compost sock shall be filled with Medium Compost as specified 29 in Section 9-14.4(8). Compost socks shall be at least 8 inches in diameter. The sock 30 shall be clean, evenly woven; free of encrusted concrete or other contaminating 31 materials; free from cuts, tears, broken or missing yarns; free of thin, open, or weak 32 areas; and free of any type of preservative. Sock fabric shall effectively perform the 33 intended erosion control function until permanent vegetation has been established or 34 for a minimum of 6 months, whichever comes first. 35 36 Stakes for compost socks shall be made of wood from untreated Douglas fir, hemlock, 37 or pine species. 38 39 9-23.AP9 40 Section 9-23, Concrete Curing Materials and Admixtures 41 January 3, 2017 42 9-23.9 FIy Ash 43 The first paragraph is revised to read: 44 45 FIy ash shall conform to the requirements of AASHTO M295 Class C or F including 46 supplementary optional chemical requirements as set forth in Table 2. 47 A-27 1 The last sentence of the last paragraph is revised to read: 2 3 The supplementary optional chemical limits in AASHTO M295 Table 2 do not apply to 4 fly ash used in Controlled Density Fill. 5 6 9-23.12 Metakaolin 7 This section, including title, is revised to read: 8 9 9-23.12 Natural Pozzolan 10 Natural Pozzolans shall be either Metakaolin or ground Pumice and shall conform to the 11 requirements of AASHTO M295 Class N, including supplementary optional chemical 12 requirements as set forth in Table 2. 13 A-28 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. Also incorporated into the Contract Documents by reference are: • Manua/ on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Federal Way Public Works Development Standards • National Electrical Code, current edition • King County Road Standards — 2007 Contractor shall obtain copies of these publications, at Contractor's own expense. These publications are incorporated in this contract by reference as if set forth herein in full. The Contractor's attention is called to the fact that said publications contain general conditions to this contract as well as construction details. The responsibility of supplying himself with those publications shall rest with the Contractor. DESCRIPTION OF WORK The work to be performed under this Contract consists of furnishing materials, equipment, tools, labor, and other work or items incidental thereto (excepting any materials, equipment, utilities or service, if any, specified herein to be furnished by the Owner or others), and performing all work as required by the Contract in accordance with the Contract Documents, all of which are made a part hereof. This contract provides for the improvement of certain streets and roads in the City of Federal Way, as listed on the following page. City of Federal Way 2018 Asphalt Overlay Project Page SP -1 RFB # 18-001 2018 1 Thero'ect shall consist of overlaying existing asphalt concrete pavement in up to four (4) P J different locations within the City of Federal Way. The work shall include, but is not limited to: Hot Mix Asphalt (HMA Class 1/2" PG 64-22) pavement overlay (approximately 6,580 tons), 1 roadway excavation, pavement repair, planing bituminous pavement, removal and replacement of existing concrete curb & gutters, sidewalks, approaches, curb ramps, repairing or re -aligning manholes and catch basins, traffic signal detection loops, pedestrian push button, traffic 1 markings, restoration, utility adjustments, and all items necessary to complete the work as described in the Contract Documents. The following roads are included in this work: SCHEDULE A — S 312th St S312THST From PACIFIC HWY S To 28TH AVE S SCHEDULE B — 23RD AVE S 23wAVE S From S312THST To S319THPL SW 330Th ST From 6TH AVE SW To 3RD AVE SW SCHEDULE C — WEYERHAEUSER WAY S PAVEMENT REPAIR WEYERHAEUSER WAYS From S 344TH WY To 33RD PL S/ROUND-A-BOUT SCHEDULE D — MILITARY ROAD S PAVEMENT REPAIR 1 MILITARY ROAD S From 38TH AVE S To 39TH AVE S 1 1 1 1 1 1 1 1 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -2 2018 DIVISION 1 GENERAL REQUIREMENTS The General Requirements shall be as outlined in the 2016 WSDOT/APWA Standard Specifications, together with the APWA Supplement (Division 1-99), except as modified by these Special Provisions. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (March 8, 2013 APWA GSP) Section 1-01.3 is supplemented with the following: Additive A supplemental unit of work or group of bid items, identified separately in the 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 proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. 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. 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. City of Federal Way 2018 Asphalt Overlay Project Page SP -3 RFB # 18-001 2018 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. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. 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 in its entirety. 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") 5 Furnished automatically upon award. City of Federal Way 2018 Asphalt Overlay Project Page SP -4 RFB # 18-001 2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22" x 34") 2 Furnished only upon request. Additional plans and Contract Provisions may be obtained by the Contractor from the source stated in the Call for Bids, at the Contractor's own expense. 1-02.4 Examination of Plans, Specifications and Site of Work Section 1-02.4 is supplemented with the following: Minor variations and miscellaneous items may not be shown in the Plans. In accordance with the Standard Specifications, it shall be the contractor's responsibility to examine the site, familiarize himself with all attendant conditions and determine the difficulties of the work involved. Contractor shall accept the site in its existing condition at the time of the award of contract. ' 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) 1 1 1 1 1 1 1 1 1 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 UDBE/DBE/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. Section 1-02.5 is supplemented with the following: Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. 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 2018 Asphalt Overlay Project Page SP -5 RFB # 18-001 2018 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 Preparation of Proposal (June 20, 2017 APWA GSP) Section 1-02.6 is supplemented the second paragraph with the following: The City Of Federal Way invites bids on the form enclosed to be submitted at such time and place as is stated in the Call for Bids. ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN AND ALL PRICES MUST BE STATED IN LEGIBLE FIGURES. Bids or proposals shall be addressed as follows: Purchasing Office City of Federal Way 33325 8th Avenue South Federal Way, WA 98003-6325 The envelope shall be plainly marked "2018 Asphalt Overlay Project". Proposal envelopes sent by mail shall be further sealed in another envelope, addressed as above. The Bidder shall submit with their Bid a completed Contractor Certification Wage Law Compliance form (WSDOT Form 272-009). Failure to return this certification as part of the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A Contractor Certification of Wage Law Compliance form is included in the Proposal Forms. 1-02.6(2) Interpretation of Bid Documents New Section (November 28, 2017 ******) If any person contemplating submitting a bid for the proposed Contract is in doubt as to the true meaning of any part of the plans, specifications or other documents, he may submit to the City a written request for an interpretation thereof. Any interpretation of the proposed Contract documents will be made by an addendum duly issued and a copy of such addendum will be mailed or faxed to each person receiving a set of the plans and specifications and each bidder shall acknowledge receipt of such addendum received in order to have the bid considered. The Owner will not be responsible for any other explanations or interpretations of the proposed Contract documents during the advertisement period. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -6 2018 No verbal agreement or conversation with any officer, agent or employee of the Owner, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Any such verbal explanation shall be considered unofficial information and in no way binding upon the Owner. 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 (July 31, 2017 APWA GSP, Option A) Delete this section and replace it with the following: Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. If the project has FHWA funding and requires UDBE Written Confirmation Document(s) or Good Faith Effort (GFE) Documentation, then to be considered responsive, the Bidder shall submit Written Confirmation Documentation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification, form 272-056U, as required by Section 1-02.6. The UDBE 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. City of Federal Way 2018 Asphalt Overlay Project Page SP -7 RFB # 18-001 2018 The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1) (g), as required per Section 1-02.14. The "Certification of Compliance with Wage Payment Statutes" document shall be received either with the Bid Proposal or 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 "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 "Supplemental Information" (UDBE confirmations, GFE documentation, or Certification of Compliance with Wage Payment Statutes) that is received after the time specified above, or received in a location other than that specified in the Call for Bids. 1-02.11 Combination and Multiple Proposals Section 1-02.11 is supplemented with the following: No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for. A person, firm, or corporation that has submitted a sub -proposal to bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a sub -proposal or quoting price to other bidders or making a prime proposal. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals (June 20, 2017 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; City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -8 2018 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 an Underutilized Disadvantaged Business Enterprise Certification, if applicable, as required in Section 1-02.6; The Bidder fails to submit written confirmation from each UDBE firm listed on the Bidder's completed UDBE Utilization Certification that they are in agreement with the bidder's UDBE 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 UDBE 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 More than one Proposal is submitted for the same project from a Bidder under the same or different names. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; c. Receipt of Addenda is not acknowledged; d. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or e. If Proposal form entries are not made in ink. 1-02.14 Disqualification of Bidders (July 31, 2017 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 Supplemental Criteria 1-7 listed in this Section. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1), and Supplemental Criteria 1-2. Evidence that the Bidder meets Supplemental Criteria 3-7 shall be provided by the Bidder as stated later in this Section. In addition, the Bidder shall submit to the Contracting Agency a signed "Certification of Compliance with Wage Payment Statutes" document where the Bidder under penalty of perjury verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 subsection (1)(g). A form appropriate for "Certification of Compliance with City of Federal Way 2018 Asphalt Overlay Project Page SP -9 RFB # 18-001 2018 Wage Payment Statutes" will be provided by the Contracting Agency in the Bid Documents. The form provided in the Bid Documents shall be submitted with the Bid as stated in Section 1-02.9. 1. Delinquent State Taxes A Criterion: The Bidder shall not owe delinquent taxes to the Washington State Department of Revenue without a payment plan approved by the Department of Revenue. B. Documentation: The Bidder shall not be listed on the Washington State Department of Revenue's "Delinquent Taxpayer List" website: http://dor.wa.gov/content/fileandpaytaxes/latefiling/dtlwest.aspx , or if they are so listed, they must submit a written payment plan approved by the Department of Revenue, to the Contracting Agency by the deadline listed below. 2. Federal Debarment A Criterion: The Bidder shall not currently be debarred or suspended by the Federal government. B. Documentation: The Bidder shall not be listed as having an "active exclusion" on the U.S. government's "System for Award Management" database (www.sam.gov). 3. Subcontractor Responsibility A Criterion: The Bidder's standard subcontract form shall include the subcontractor responsibility language required by RCW 39.06.020, and the Bidder shall have an established procedure which it utilizes to validate the responsibility of each of its subcontractors. The Bidder's subcontract form shall also include a requirement that each of its subcontractors shall have and document a similar procedure to determine whether the sub -tier subcontractors with whom it contracts are also "responsible" subcontractors as defined by RCW 39.06.020. B. Documentation: The Bidder, if and when required as detailed below, shall submit a copy of its standard subcontract form for review by the Contracting Agency, and a written description of its procedure for validating the responsibility of subcontractors with which it contracts. 4. 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. City of Federal Way 2018 Asphalt Overlay Project Page SP -10 RFB # 18-001 2018 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. 5. 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. 6. 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. . 7. 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 City of Federal Way 2018 Asphalt Overlay Project Page SP -11 RFB # 18-001 2018 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 Supplemental Criteria 3-7 stated above, the apparent low Bidder must submit to the Contracting Agency by 12:00 RM. (noon) of the second business day following the bid submittal deadline, a written statement verifying that the Bidder meets supplemental criteria 3-7 together with supporting documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with Supplemental Criteria 3-7. The Contracting Agency reserves the right to request further documentation as needed from the low Bidder and documentation from other Bidders as well to assess Bidder responsibility and compliance with all bidder responsibility criteria. 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 consider mitigating factors in determining whether the Bidder complies with the requirements of the supplemental criteria. The basis for evaluation of Bidder compliance with these mandatory and supplemental criteria shall include any documents or facts obtained by Contracting Agency (whether from the Bidder or third parties) including but not limited to: (i) financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from others for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. Request to Change Supplemental Bidder Responsibility Criteria Prior To Bid: Bidders with concerns about the relevancy or restrictiveness of the Supplemental Bidder Responsibility Criteria may make or submit requests to the Contracting Agency to modify the criteria. Such requests shall be in writing, describe the nature of the concerns, and propose specific modifications to the criteria. Bidders shall submit such requests to the Contracting Agency no later than five (5) business days prior to the bid submittal deadline and address City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -12 2018 the request to the Project Engineer or such other person designated by the Contracting Agency in the Bid Documents. 1-02.15 Pre Award Information (August 14, 2013 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-3 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. Supplement with the following: The Owner reserves the right to reject bids on any or all schedules or alternates of the proposal. After reviewing the bids, the Owner may elect to delete any one or combination of schedules from the proposal. City of Federal Way 2018 Asphalt Overlay Project Page SP -13 RFB # 18-001 2018 1-03.3 Execution of Contract (October 1, 2005APWA GSP) Revise this section to read: Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 10 calendar days after the award date, the successful bidder shall return the signed Contracting Agency -prepared contract, an insurance certification as required by Section 1- 07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre -award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency - furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevent return of the contract documents within 10 calendar days after the award date, 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 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -14 2018 b. Of the Contractor (or the subcontractors or lower tier subcontractors of the Contractor) to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or provisions for carrying out the work; 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the project under titles 50, 51, and 82 RCW; and 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed by the president or vice president, unless accompanied by written proof of the authority of the individual signing the bond(s) to bind the corporation (i.e., corporate resolution, power of attorney, or a letter to such effect signed by the president or vice president). 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda (March 13, 2012 APWA GSP) Section 1-04.2 is supplemented with the following: The Contract Documents are ordered as follows: 1. The Contract Agreement 2. Change Order 3. Addenda 4. Bid Schedule 5. Special Provisions, including APWA General Special Provisions, if they are included 6. Contract Plans and Standard Details 7. Standard Specifications (including Standard Plans and Amendments made thereto), and Documents incorporated by reference 8. Information for Bidders (Call for Bids) (Non -addendum Information given to Bidders at their request) In case of discrepancies, the document(s) assigned the smaller number(s) shall govern over items having larger numbers. Units of measurement in the Bid Schedule shall govern over units of measurement in the Specifications and Provisions. In the Plans or drawings, correctly calculated dimensions shall govern over scaled or approximately stated dimensions. In case of any ambiguity or dispute over interpretation of the provisions of the Contract Documents, the decision of the Engineer shall be final. City of Federal Way 2018 Asphalt Overlay Project Page SP -15 RFB # 18-001 2018 1-04.6 Variation in Estimated Quantities Supplement this Section with the following: Section 1-04.6 of the Standard Specifications shall apply except that payment of any one item shall be at the appropriate unit contract price bid, regardless of whether the total quantity increases or decreases by more than twenty-five percent (25%). 1-04.9 Use of Buildings or Structures Section 1-04.9 is supplemented with the following: Use of Adjacent Properties It shall be the Contractor's responsibility to confine its construction activities within the right of way limits, unless he makes separate arrangements for use of private property. Before using any private property adjoining the work, the Contractor shall file with the Engineer a written permission of the property owner and upon vacating the premises the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and satisfactory to the Owner. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with his materials. 1-04.11 Final Cleanup Section 1-04.11 is supplemented with the following: Finish and cleanup shall be accomplished as specified in Section 1-04.11 of the Standard Specifications and shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit cost price of other bid items. 1-04.11(A) Disposal New Section (Specia/ Provision) Disposal of all excess excavated material and debris shall be the sole responsibility of the Contractor unless otherwise directed by the Engineer. It should be noted that a permit is required to fill within the City limits of Federal Way. Disposal shall be considered as incidental to the construction of the project and all costs thereof shall be included by the Contractor in the unit prices of other bid items. 1-05 CONTROL OF WORK 1-05.1(A) Determination of "Or Equivalent" New Section (Specia/ Provision) The Engineer will be the sole judge in the question of "or equivalent" of any supplies or materials proposed by the Contractor. The Contractor shall pay to the Owner the cost of tests and evaluation by the Engineer to determine acceptability of alternates proposed by the City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -16 2018 Contractor, in accordance with the established rates of the Engineer for time and expense work, the total cost of which may be offset by the Owner against the Contract price. 1-05.3 Plans and Working Drawings Section 1-05.3 is supplemented with the following: Shop drawings and/or catalog cuts shall be furnished by the Contractor for all items indicated in various sections of these contract plans, Standard Specifications, and Special Provisions. A minimum of five (5) copies shall be submitted for the Owner and Engineer's use; additional copies required by the Contractor shall be submitted at the same time. The Contractor's copies will be returned to the Contractor with the appropriated action. 1-05.5 Construction Stakes New Section (Special Provision) Intent - It is the intent of this section to define the staking services that the Owner will furnish, and to set forth the responsibilities of the Contractor respecting the use and maintenance of same. Scope - The Owner will furnish the stakes and reference marks for the construction of the improvements covered by this contract. No stakes other than those enumerated at the end of this section will be furnished, except as requested in writing by the Contractor and paid for by him. This applies to all re -staking for whatever reason, as well as for additional staking which the Contractor may request. Notification - The Contractor shall keep the Engineer informed in advance as to when and where the Contractor intends to work, thus enabling the Engineer to set the engineering control points, lines, and grades with a minimum of delay and interference. The Contractor shall notify the Engineer at least forty-eight (48) hours in advance of the date when specific staking services are desired and shall stipulate at that time the particular stakes or marks required, giving the specific location and/or limiting stations, kind of stakes, offsets, and other pertinent information. Delays by reason of lack of stakes are deemed a risk to the Contractor and shall not be the basis for claims for additional compensation. Control Stakes - Stakes which constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and his subcontractors of their importance, and the necessity for their preservation. The cost of replacing such controls, should it become necessary for any reason whatsoever, shall be at the Contractor's expense. If the removal of a control stake is required by the construction operations of the Contractor or its subcontractors, advance notice of at least forty-eight (48) hours shall be given to the Engineer, who will reference and remove said stake or stakes at no cost to the Contractor. Checking Service - Should occasion arise where the validity of a stake is questioned, either as to its location or the offset marked thereon, or as to the elevation of cut or fill marked thereon, the Contractor shall notify the Engineer, who will check the stake or stakes in question. It shall be the Contractor's responsibility to examine the stakes before commencing operations. Any stakes found to be in error will be reset. There will be no charge to the Contractor for this City of Federal Way 2018 Asphalt Overlay Project Page SP -17 RFB # 18-001 2018 service; and it is understood and agreed that the Owner will not be charged for any standby or "down" time as a result of such checking and/or resetting procedure. Staking Services - The Owner will furnish the following stakes and reference marks as applicable: 1. Handicapped Ramps - Locations and limits of removal shall be established for removal and replacement of curb ramp. 2. Limits of overlay - Locations and limits of the asphalt overlay will be established. 3. Pavement Repair - Location and limits of pavement repair areas will be established. 4. Sidewalk, Curb and Gutter - Locations and limits of removal shall be established. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -18 2018 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 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 City of Federal Way 2018 Asphalt Overlay Project Page SP -19 RFB # 18-001 2018 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. Therefore, when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar work it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. 1-05.12(1) One -Year Guarantee Period (March 8, 2013 APWA GSP) The Contractor shall return to the project and repair or replace all defects in workmanship and material discovered within one year after Final Acceptance of the Work. The Contractor shall start work to remedy any such defects within 7 calendar days of receiving Contracting Agency's written notice of a defect, and shall complete such work within the time stated in the Contracting Agency's notice. In case of an emergency, where damage may result from delay or where loss of services may result, such corrections may be made by the Contracting Agency's own forces or another contractor, in which case the cost of corrections shall be paid by the Contractor. In the event the Contractor does not City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -20 2018 accomplish corrections within the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. When corrections of defects are made, the Contractor shall then be responsible for correcting all defects in workmanship and materials in the corrected work for one year after acceptance of the corrections by Contracting Agency. This guarantee is supplemental to and does not limit or affect the requirements that the Contractor's work comply with the requirements of the Contract or any other legal rights or remedies of the Contracting Agency. 1-05.12 (2) Maintenance Periods (January 19, 2016 ******) On non-FHWA projects, when the work involves such items as machinery or other mechanical equipment, either furnished or installed by the Contractor or, furnished by the Owner and installed by the Contractor; buildings; or work which may otherwise be of such a nature that it is desirable by the Owner to have the Contractor maintain and/or test the work for a period of time after final inspection by the Engineer, the following shall apply. It is the intent of the Owner to have at final acceptance, a complete and operable system. Therefore, such items of work as may be listed in the Contract documents shall be fully tested under operating conditions to ensure their acceptability prior to final acceptance. The Contractor shall, upon completion of the work and following final inspection, operate the complete system under the observation of the Engineer for a test period of no less than fourteen (14) consecutive calendar days. During and following this 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. All equipment, electrical controls, meters and other devices to be tested during this period will be tested under the supervision of the Engineer so as to determine their suitability for the purpose for which they were installed. All costs for power, gas, labor material, supplies and incidentals, shall be borne by the Contractor unless specifically set for otherwise in the Contract Documents. When such periods are desired by the Owner, such periods shall not affect any manufacturer's guarantees or warranties furnished to the Owner under the terms of the Contract. The Contractor's attention is called to Section 1-05.18 of these Special Provisions. 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 2018 Asphalt Overlay Project Page SP -21 RFB # 18-001 2018 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented with the following: The Contractor shall pay special attention to the fact that other projects may be under construction at some time during the operation of this project. Said projects may contain work which is supplemental to this project. The Contractor must ascertain to his own satisfaction the impact that said project(s) could have on his operations and be prepared to coordinate his work with the same if required. The Owner shall not be responsible for any damages suffered or extra costs incurred by the Contractor resulting directly or indirectly from the performance or attempted performance of any other contract or contracts existing or known to be pending at the time of bid. The Contractor shall coordinate its work with other contractors and utility companies which may have facilities in the project area and cooperate with them. The Contractor shall also coordinate its activities with the Owner. No water mains, individual water services, street, or private drives may be closed off without a minimum of forty-eight (48) hours notice to the Owner and the private property owner. Should the property owner or the Owner have adequate reason, as determined by the Engineer, to avoid access or water service shutoff at the scheduled time, the Contractor shall reschedule his work to meet the new condition. Other utilities, districts, agencies, and/or contractors who may be working within the project area are as follows: 1. Puget Sound Energy Company 2. CenturyLink Communications 3. AT&T Telephone Company 4. Comcast Cable Communications 5. Lakehaven Utility District 6. City of Tacoma Public Utilities 7. Midway Sewer District 8. Highline Water District 9. City of Federal Way Surface Water Management Division 10. City of Federal Way Traffic Division 11. King County Public Works Department 12. Washington State Department of Transportation The Contractor shall adjust catch basins and storm manholes to grade. The Contractor shall be responsible for coordinating his work with the Owner to accommodate this work. 1-05.14(A) Notifications Relative to Contractor's Activities (January 19, 2016 ******) Notification shall be written, with a copy delivered to the Engineer within a minimum of two 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 below listed agencies of the name(s) of the construction City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -22 2018 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 Department 33325 8th Avenue South Federal Way, WA 98003-6325 Telephone: 253-835-6701 King County Metro 1270 6th Avenue South, Bldg. 2 MS:QS Seattle, WA 98134 Telephone: 206-684-2785 Richard.Garcia@kingcounty.gov Puget Sound Energy (Gas) 3130 South 38th Street Tac -LL Tacoma, WA 98409 Attn: Sandy Leek Telephone: 253-381-7313 Puget Sound Energy (Power) 14103 8th Street East Sumner, WA 98390 Attn: Dennis Booth Telephone: 253-606-4787 Lakehaven Utility District PO Box 4249 Federal Way, WA 98003 Attn: Gene Yoder Telephone: 253-261-1741 Tacoma Public Utilities City Light Division Systems PO Box 11007 Tacoma, WA 98411 Attn: Thad Glassy Telephone: 253-502-8704 King County Traffic Operations 155 Monroe Avenue NE Renton, WA 98056 Attn: Mark Parrett Telephone: 206-296-8153 South King Fire & Rescue 31617 1st Ave S Federal Way, WA 98003 Telephone: 253-839-6234 Federal Way School District Transportation Department 1211 South 332nd Street Federal Way, WA 98003 Attn: Michelle Turner Telephone: 253-945-5965 mturner©fwps.orq CenturyLink Communications 23315 66th Ave S Kent, WA 98032 Attn: Jason Tesdal Telephone: 206-345-3488 Comcast Cable Communications 4020 Auburn Way North Auburn, WA 98002 Attn: Mike Violette Telephone: 253-261-1409 AT&T Cable Maintenance 11241 Willow Road NE, Suite 130 Redmond, WA 98052 Attn: Dan McGeough Telephone: 425-896-9830 Tacoma Public Utilities Tacoma Water Distribution Engineering 3628 South 35th Street Tacoma, WA 98409 Attn: Ryan Flynn Telephone: 253-396-3111 Pierce Transit 3701 96th Street SW Lakewood, WA 98499 Attn: Dixie Sciacqua Telephone: 253-581-8001 City of Federal Way 2018 Asphalt Overlay Project Page SP -23 RFB # 18-001 2018 1-05.14(B) Coordination of Work with City New Section (January 19, 2016 ******) At least a three (3) working day written notification shall be required on all requests for engineering services other than inspection. All requests shall be coordinated with the Engineer. All costs resulting from delays in which requests were not coordinated with the Engineer shall be the sole responsibility of the Contractor. Add the following new section: 1-05.16 Water and Power (October 1, 2005 APWA GSP) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the contract includes power and water as a pay item. Add the following new section: 1-05.17 Oral Agreements New Section No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-06 CONTROL OF MATERIAL 1-06.2(2) Statistical Evaluation of Materials for Acceptance Delete this section in its entirety. 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. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -24 2018 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed The first paragraph, sentence 2 is revise to read: The Contractor shall indemnify, defend, and save harmless to the Contracting Agency (including any agents, officers, and employees) against any claims that may arise because the Contractor (or any employee of the Contractor or subcontractor or materialman) violated a legal requirement. (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. 1-07.2 State Taxes Delete this section, including its sub -sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in City of Federal Way 2018 Asphalt Overlay Project Page SP -25 RFB # 18-001 2018 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 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 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -26 2018 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: In addition to the requirements of Section 1-07.5 of the Standard Specifications, the Contractor shall comply with all applicable Federal, State, County and City environmental provisions of law including, but not limited to, the following: City of Federal Way: Zoning Code and Noise Ordinance King County: Ordinance No. 1488 Resolution No. 18801 Resolution No. 25789 Puget Sound Air Pollution Control Agency: Regulation No. 1 Resolution No. 194 The above environmental provisions are incorporated into this contract by this reference as if set forth herein in full. Copies of the City of Federal Way Provisions are available for perusal at the Public Works Department. The Contractor shall be liable for the payment of all fines and penalties resulting from failure to comply with the federal, state, and local pollution control regulations. 1-07.5(5) Archaeological and Historic Preservation New Section (January 19, 2016 ******) The Contractor shall notify the Engineer if any artifacts, skeletal remains, or other archaeological resources (as defined under RCW 27.53.040) are unearthed during excavation or otherwise discovered on the construction site. If ordered by the Engineer, the Contractor shall immediately suspend any construction activity which, in the opinion of the Engineer, would be in violation of Chapter 27.53 RCW. Suspension of the work shall remain in effect until the Engineer has obtained permission to proceed from the State Historic Preservation Officer. City of Federal Way 2018 Asphalt Overlay Project Page SP -27 RFB # 18-001 2018 1-07.6 Permits and Licenses Section 1-07.6 is supplemented with the following: The Contractor shall procure at its own expense all permits and licenses which are necessary and incidental to its operation in the performance of the work and give all notices required by such permits and licenses. A copy of each permit and license shall be furnished to the Engineer upon request. The Contractor shall be required to have a valid Owner business license and shall provide proof of same prior to execution of the contract. 1-07.9 Wages Section 1-07.9 is supplemented with the following: The Washington State prevailing wage rates published by the Department of Labor and Industries and the Davis -Bacon wage rates for the State of Washington will be incorporated into each contract as applicable. When a public works project is subject to the provisions of the Washington State public works law and the Federal Davis -Bacon and related acts, the Contractor and every subcontractor on that project must pay at least the Washington State prevailing wage rates, if they are higher than the federal prevailing wage rates for the project. The Owner has included a schedule of the applicable Department of Labor and Industries published Washington State prevailing wage rates in the contract documents (Appendix C). The Contractor must do the same with contracts with all subcontractors (WAC 296-127-011). Bidders should be aware that the wage rates to apply during the entire contract period are those in effect on the day of bid opening unless the contract is not awarded within six months of this date. For bidding purposes each bidder shall be responsible for supplying himself with the appropriate wage rates. 1-07.9(5) Required Documents New Section Section 1-07.9(5) Supplement with the following: Employee labor descriptions used on Certified Payrolls shall coincide exactly with the labor descriptions on the minimum wage schedule in the Contract unless the Engineer approves an alternate method to identify labor used by the Contractor to compare with labor listed in the Contract Provisions. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -28 2018 1-07.15 Temporary Water Pollution/Erosion Control Section 1-07.15 is supplemented with the following: Temporary water pollution/erosion control work shall be performed as directed by the Engineer, as necessary to protect the project site and surrounding area, per this section of the Standard Specifications. All costs for temporary water pollution/erosion control work shall be incidental to other items of the contract, and no separate payment will be made. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented with the following: The Contractor shall protect private or public property on or in the vicinity of the work site. The Contractor shall ensure that it is not removed, damaged, destroyed, or prevented from being used unless the contract so specifies. The Contractor shall not trespass upon private property and shall be responsible for all injury or damage to persons or property, directly or indirectly, resulting from his operations in completing this Work. The Contractor shall comply with the laws and regulations of the Owner, County, and State and Federal governments, relating to the safety of persons and property, and will be held responsible for and required to make good any injury or damage to persons or property caused by carelessness or neglect on the part of the Contractor or subcontractor(s), or any agent or employee of either during the progress of the Work and until its final acceptance. Property includes land, utilities, trees, landscaping, improvements legally on the right-of-way, markers, monuments, buildings, structures, pipe, conduit, sewer or water lines, signs, and other property of all description whether shown in the Plans or not. If the Engineer requests in writing, or if otherwise necessary, the Contractor shall at its expense install protection, acceptable to the Engineer, for property such as that listed in the previous paragraph. The Contractor is responsible for locating all property that is subject to damage by his operation. If the Contractor (or its agents/employees) damage, destroy, or interfere with the use of such property, the Contractor shall restore it to original condition at the Contractor's expense. He shall also halt any interference with the property's use. The Engineer may have such property restored by other means and subtract the cost from money that will be or is due the Contractor if it refuses or does not respond immediately. The Contractor shall restore to a condition equal to the original condition improvements such as pavements, driveways, gravel shoulders, ditches, culverts, curb, curb and gutter, sidewalks, fences, pavement markings, mailboxes, traffic signs, traffic signal loops, landscaping, public and private utilities etc., which are damaged or removed (and not indicated to be removed) during construction, whether shown in the plans or not. City of Federal Way 2018 Asphalt Overlay Project Page SP -29 RFB # 18-001 2018 All existing survey monuments and property corner markers shall be protected from movement by the Contractor. All existing markers and/or monuments that must be removed for construction purposes are to be referenced by survey ties and then replaced by a professional land surveyor registered in the State of Washington. All existing property corner markers disturbed or removed by the Contractor's operations which, in the opinion of the Engineer, were not required to be removed for construction purposes shall be replaced at the Contractor's own expense by a Professional Land Surveyor registered in the State of Washington. Any of these monuments damaged must be reset to second order, first class specifications. Sprinkler irrigation systems found to encroach within the limits of improvements shall be modified as necessary to ensure satisfactory operation upon completion of the improvements. This work will include, but not be limited to, cutting and capping existing pipe, relocating existing risers and sprinkler heads new pipe heads and connections, and testing of the system. All work shall be done in conformance to acceptable standards. This shall be incidental to the contract. The Contractor shall contact the owners of any ditches, irrigation lines and appurtenances which interfere with the Work. The Contractor shall be liable for any damage due to irrigation facilities damaged by his operations and shall repair such damaged facilities to an "equal or better than" original condition. 1-07.16(2) Vegetation Protection and Restoration Delete the fourth paragraph and replace it with the following: If due to, or for any other reason related to the Contractor's operation, any tree, shrub, ground cover or herbaceous vegetation is destroyed, seriously damaged, or disfigured, that was not ordered removed, the Contractor shall replace it with approved nursery stock of the same species. In addition to replacement, the Contractor will be assessed any appropriate liquidated damages for trees as described below. The assessment will be deducted from monies due the Contractor. For non -merchantable timber, the Contractor will be assessed liquidated damages of $10 for each inch of difference in circumference when a replacement tree is smaller than the original. For merchantable timber, the Contractor will be assessed liquidated damages of either $10 for each circumferential inch or the estimated market value delivered to a mill, whichever is the larger amount. The Engineer will measure circumference twelve inches (12") above ground level. The replanting shall be according to Section 8-02 and during the first fall or spring planting period after damage, or as the Engineer directs. It may be necessary to trim trees or bushes in order to have the necessary clearance for planing and paving equipment on streets that are to be overlaid. Any costs for trimming of City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -30 2018 trees or bushes required for the construction of the overlay will be considered incidental to the contract. 1-07.16(3) Fences, Mailboxes, Incidentals Section 1-07.16(3) is supplemented with the following: The Contractor shall maintain at his expense any temporary fencing to preserve livestock, crops, or property when working through or by private property. The Contractor is liable for all damages if it does not comply with this requirement. When it is necessary to temporarily move existing mail or paper boxes, their usefulness shall not be impaired. The boxes shall be reinstalled at the original location or at locations ordered by the Engineer. New supports or boxes will not be required unless damaged by the Contractor. Any damage caused by the Contractor shall be at its expense for replacement or repairs. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented with the following: The Contractor shall protect from damage private and public utilities, including telephone and telegraph lines, power lines, sewer and water lines, railroad tracks and appurtenances, highway lighting and signal systems, and similar facilities. Underground utilities of record will not be shown in the construction Plans. The Owner assumes no responsibility for improper locations or failure to show utility locations in the Plans. Attention is directed to the possible existence of underground facilities which are not shown in the Plans. This requirement does not excuse the Contractor from its duty to examine in detail all plans of water, gas, telephone, electric power and combined sewerage utilities available with utility owners as required above. The location of existing underground utilities, as shown in 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 in the Plans. The Contractor shall call the Utility Location Request Center (One Call Center) for field location, not less than two or more than ten business days before the scheduled date for commencement of excavation which may affect underground utility facilities, unless otherwise agreed upon by the parties involved. A business day is defined as any day other than Saturday, Sunday or a legal local, State, or Federal holiday. The telephone number for the One Call Center for this project is 1-800-424-5555. The Contractor is also warned that there may be utilities on the project that are not part of the One Call System. They must be contacted directly by the Contractor for locations. City of Federal Way 2018 Asphalt Overlay Project Page SP -31 RFB # 18-001 2018 The Contractor shall be responsible for any breakage of utilities or services resulting from his operations, and shall hold the Owner and its agents harmless from any claims resulting from disruption of or damages to same. 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. See Section 1-05.14 of these Special Provisions. When the facility owner is responsible for removing or relocating the facilities, it is anticipated that this will be accomplished in advance of construction. If the Contractor notes the presence of any such facility, the Contractor shall immediately notify the Engineer in writing. The right is reserved to the Owner and the owners of facilities, or their authorized agents, to enter upon the right-of-way for the purpose of making changes as are necessary for the rearrangement of their facilities or for making necessary connections or repairs. The Contractor shall cooperate with forces engaged in this work and shall conduct its operations in such a manner to avoid any unnecessary delay or hindrance to the work being performed by other forces. Wherever necessary, the Contractor's work shall be coordinated with the rearrangement of utility or other facilities, and the Contractor shall make arrangements with the owner of the facilities for the coordination of the work. When the relocation of these facilities are necessary to accommodate the Work, the Engineer will provide for the relocations of these facilities by other forces, or the relocations shall be performed by the Contractor pursuant to written authorization and will be paid for by applicable unit prices, agreed price, or as force account. All other costs incurred as a result of performance of the Contractor's obligations in this section shall be incidental to the contract and included in the unit prices. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company and the Contractor shall consider such costs to be incidental to the other items of the contract. Contractor warrants and represents that it has personally, or through its employees and/or subcontractors, examined the right-of-way areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within such rights-of-way. Contractor further warrants and represents that it has also examined in detail plans of such utilities provided to it by the Owner and affected utility companies or entities. Contractor also warrants and represents that it is fully aware of the statutory provisions contained in Chapter 19.122.010 through .900 RCW, that it has read and fully understands the same, and that it will comply with the requirements of these provisions which are incorporated by reference herein. Contractor agrees that it shall be an "excavator" as defined under Chapter 19.122 RCW and that such utilities constitute underground facilities. The parties agree that remedies affected under Chapter 19.122 RCW are also incorporated City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -32 2018 1 by reference herein. Any cost to the Contractor as a result of this law shall be at the IContractor's expense. Contractor also agrees that it shall fully comply with Sections 1-07.16 and 1-07.17 relating to Protection and Restoration of Property, Utilities and similar facilities, and public liability I and property damage insurance provisions of the Standard Specifications as supplemented by these Special Provisions. 1 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 is supplemented with the following: 1 The Contractor shall obtain and keep in force during the term of construction and throughout the specified term of maintenance, public liability, and property damage insurance. This insurance shall provide coverage for the Contractor and all Subcontractors 1 performing work on projects under Owner contract or authorized by Owner permit, as well as provide coverage for the Owner for the limits specified. The coverage so provided shall protect against claims for personal injuries, including accidental death, as well as claims for I property damages which may arise from any act or omission of the Contractor, the Subcontractor, or by anyone directly or indirectly employed by any of the parties involved. I The minimum policy limits of such insurance shall be as listed on the Certificate of Insurance included in the Bid Documents section of these Contract Provisions. I The insurance must have reference to project name, project location, and contain a brief description of the project. THE CITY OF FEDERAL WAY, ITS ELECTED AND/OR APPOINTED OFFICIALS, ITS EMPLOYEES, AND AGENTS MUST BE THE NAMED INSURED, CO-INSURED, I OR ADDITIONAL INSURED insofar as the work and obligations performed under City contract or by City permit is concerned. I 1-07.23 Public Convenience and Safety Section 1-07.23 is supplemented with the following: I The Contractor shall maintain the roads during construction in a suitable condition to not adversely affect vehicular traffic. All costs to maintain the roads shall be borne by the Contractor. 1 If operations of the Contractor are shown to significantly impede traffic flow during peak hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of 1 operation on the street. If the Contractor requires delays or limited term street closure beyond that provided for I herein, it shall request in writing the approval of the Engineer a minimum of five (5) working days in advance of the anticipated delay or closure. Such request shall state the reason, the location, the time and date, and the duration of the required delay or closure. 1 The Contractor shall maintain convenient access for local traffic and pedestrians to driveways, houses, and buildings along the line of work. Such access shall be maintained I as near as possible to that which existed prior to the commencement of construction. The City of Federal Way RFB # 18-001 I 2018 Asphalt Overlay Project Page SP -33 2018 Contractor shall notify all property owners and tenants of street and alley closures, or other restrictions which may interfere with their access. Notification shall be at least forty-eight (48) hours in advance, and shall include placing notification signs within the affected areas, and delivering notices to all property owners and tenants. Work involved with the distribution of notices to all of the property owners will be considered incidental to the contract. The Contractor shall notify the local refuse/recycling collection service, transit services, school district, postal service, fire and police departments in writing before the beginning of operations, and provide a schedule of activities along with the associated time line, so that these agencies may reroute their vehicles around the construction zone. If rerouting is not possible, as determined by these agencies/services, the Contractor shall provide reasonable access through the construction zone at all times. Inconvenience caused by equipment or materials across driveways and sidewalks shall be kept to a minimum by restoring the serviceability of the drive or sidewalk as soon as possible. Before blocking driveways, the Contractor shall notify the property owner. The Contractor shall replace or repair any damage done to driveways to not less than the condition existing prior to the Contractor's work. Unless otherwise indicated in the Plans, on -street parking areas will be allowed to be utilized by the Contractor for work and storage areas, pending notification of the users and approval by the Engineer, two (2) working days in advance. When patching pavement or placing new pavement, the Contractor shall replace the ultimate full depth asphalt concrete pavement section excluding overlay, the same day as the pavement removal. At the end of each working day, provisions shall be made for the safe passage of traffic during non -working hours. It shall be the Contractor's responsibility to provide all necessary warning signs, lights, barricades, etc., as specified. All unattended excavation shall be properly barricaded and covered at all times. All open trenching or street cuts must be filled with material as detailed below before leaving the job at the completion of each work shift. Immediately upon request by the Engineer, the Contractor shall place, in the amounts designated, any asphalt concrete pavement, cold plant mix, crushed surfacing and/or gravel base deemed necessary by the Engineer to maintain the above required accessibility of all streets, road approaches, street connections, driveways, etc. If the Contractor fails to comply as above specified, the Engineer will order the work done by others and deduct the cost thereof from any monies due or to become due to the Contractor. The Contractor shall be reimbursed for these materials at the applicable unit contract prices. The Owner shall not be held liable for any claims resulting from accidents or damages caused by the Contractor's failure to comply with traffic and public safety regulations during the construction period. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -34 2018 The Contractor shall be solely responsible for the safety, efficiency and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from the failure or improper maintenance use or operation. The Contractor shall be solely and completely responsible for conditions of the job site, including safety of all persons and property during 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 construction site. The Contractor shall comply with the safety standards and provisions of applicable laws, building and construction codes, and the safety regulations set forth in "Safety Standards for Construction" and "General Safety Standards" published in effect at the time of call for bids. These publications may be obtained from the Department of Labor and Industries, Olympia, Washington. The Contractor shall also comply with the safety standard provisions set forth in the "Manual of Accident Prevention in Construction" published by the Associated General Contractors of America. The Contractor agrees to defend, indemnify and hold harmless to the CITY OF FEDERAL WAY, its officers, employees, and agents from any and all claims, actions, judgments, losses, costs (including reasonable attorney fees) and damages whatsoever; including workman's compensation claims or any other claims arising by reason of accident, injury, or death caused to persons including Contractor's employees, agents and subcontractors, employees and agents involving property of any kind, or arising out of, in connection with, or incident to the work of, this contract to the extent of any City negligence, except upon a finding by a trier of fact that it was caused by the sole negligence of the CITY OF FEDERAL WAY. The Contractor agrees to waive its immunity which may otherwise exist under the Title 51 RCW relating to industrial insurance. The parties agree that the indemnification requirements provided herein extend to attorney's fees and costs of establishing the right to indemnification in favor of the CITY OF FEDERAL WAY. The Contractor shall maintain at the job site office or other well-known place at the job site, all articles necessary for giving first aid to the injured, and shall establish, publish and make known to all employees procedures for ensuring immediate removal to a hospital or a doctor's care, of persons, including employees, who may have been injured on the job site. Employees shall not be permitted to work on the job site before the employer has established and made known procedures for removal of injured persons to a hospital or a doctor's care. In order to protect the lives and health of employees performing work under the Contract, the Contractor shall comply with the Federal Occupational Safety and Health Act of 1970 (OSHA), including all revisions and amendments thereto; the provisions of the Washington Industrial Safety Act of 1973 (WISHA); and the regulations of the State of Washington Department of Labor and Industries Division of Industrial Safety and Health. The WISHA regulations shall apply to all excavation, trenching and ditching operations. In case of conflict, the more stringent regulations shall apply. City of Federal Way 2018 Asphalt Overlay Project Page SP -35 RFB # 18-001 2018 1-07.23(1) Construction Under Traffic (May 2, 2017 APWA GSP) Revise the third sentence of the second paragraph to read: Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. Section 1-07.23(1) is supplemented with the following: 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 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 routine 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. 6. Pedestrian and wheel chair access to sidewalks must be maintained to one side of each street at all times. The Contractor shall only remove and replace existing cement concrete sidewalk(s), curb and gutter(s), curb ramp(s) at one quadrant of an intersection at a time. If it is not possible to restrict access to one side quadrant of a street, the Contractor must provide proper wheelchair accessible pedestrian detours, per the MUTCD, around closed sidewalk areas. 7. Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -36 2018 8. 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. 9. No lane closures will be allowed on a holiday or holiday weekend, or after 12:00 PM (noon) on a day prior to a holiday or holiday weekend. Holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. 10. The Owner reserves the right to vary the previous stated times. Actual times may vary depending upon location and type of construction. Exact times and/or restrictions will be established during the preconstruction conference, after discussions with the Contractor regarding his proposed schedule. (January 5, 2015) Lane closures are subject to the following restrictions: No lanes may be closed between the hours of 4:00 PM and 7:30 AM. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures are not allowed on any of the following: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 PM (noon) on the day prior to a holiday or holiday weekend, and 4. Before 7:30 AM on the day after the holiday or holiday weekend. Work on S 312th St from Pacific Hwy S to 28th Ave S, 23rd Ave S from S 312th St to S 319th PI, Weyerhaeuser Way S from S 344th Way to 33rd PI S, and S 328th St from 38th Ave S to 39th Ave S will be restricted to the hours between 8:30 a.m. to 3:30 p.m., unless otherwise approved by the Engineer. (January 2, 2012) Work Zone Clear Zone The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work. Those work operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans and other contract requirements. During nonworking hours equipment or materials shall not be within the WZCZ unless they are protected by permanent guardrail or temporary concrete barrier. The use of temporary concrete barrier shall be permitted only if the Engineer approves the installation and location. During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction City of Federal Way 2018 Asphalt Overlay Project Page SP -37 RFB # 18-001 2018 vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. The Contractor's nonessential vehicles and employees private vehicles shall not be permitted to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. Minimum WZCZ distances are measured from the edge of traveled way and will be determined as follows: Regulatory Posted Speed Distance From Traveled Way (Feet) 35 mph or 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 (February 14, 2005 NWR) 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. (March 7, 2005 NWR) During signal turn -on, the Contracting Agency will provide City of Federal Way police officer(s) to manually, control intersections. 1-07.23(2) Construction and Maintenance of Detours Revise the second paragraph to read: 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. Supplement with the following: At least one (1) lane of traffic in each direction shall be maintained on all roadways within the project limits at all times. If the usable roadway is not City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -38 2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 sufficient to safely accommodate two-way traffic, the Contractor shall adequately maintain one-way traffic. Wherever one-way traffic is in effect, the distance shall not be in excess of six hundred feet (600') or as otherwise set forth in writing by the Engineer. Two-way traffic: must be maintained during all non -construction working hours, except as approved by the Engineer in advance. For arterials - A maximum of one driveway may be closed at any one time, and then for as short a duration as possible. No driveway shall be closed over night or over a weekend. At least one driveway shall be maintained into and out of sites adjacent to the project. All drop-offs exposed to traffic shall be protected in accordance with Section 1-07.23(1) of the Standard Specifications. Any modification to these requirements must be approved by the Engineer prior to commencement of any work. Sequential arrow boards shall be used for work on arterials and shall be incidental to other contract bid items. A written request, along with a detailed detour plan shall be submitted to the Engineer for approval, a minimum of ten (10) days prior to any road closures. All costs for constructing arid maintaining detours shall be borne by the Contractor. 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, City of Federal Way 2018 Asphalt Overlay Project Page SP -39 RFB # 18-001 2018 the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contractor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability to the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address, and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. Add the following new section: 1-07.28 Communication with Businesses and Property Owners (January 11, 2014******) The Contractor shall keep the businesses informed of their general locations and activities for the upcoming two (2) weeks by distributing a weekly status/schedule memo to the businesses. The memo shall be approved by the Engineer prior to distribution. New Section 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. 1-07.29 Road Maintenance New Section (January 11, 2014) The Contractor shall be responsible for controlling dust and mud within the project limits, and all streets used by the Contractor during the execution of this contract shall be maintained in a clean condition. The Contractor shall be prepared to use watering trucks equipped with high velocity water jets and low -head sprinkling devices, power sweepers, and any other pieces of equipment necessary to render the streets free of all mud, debris, and foreign materials. Any damage caused by dust and/or mud accumulation on the streets or in the storm sewer system shall be the sole responsibility of the Contractor. Watering trucks may be used on paved streets with an adequate storm drainage system. Watering trucks shall not be used on streets where, in the opinion of the Engineer, mud is created, causing a nuisance. Where water flushing is not allowed, street sweepers (not power brooms) shall be used. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -40 2018 The Contractor shall provide for sweeping, or flushing all surfaced roadways at a minimum upon completion of each day's activities. Equipment required for this operation shall be on the job site or available at all times. Failure to have this equipment on the job site or available will necessitate a shutdown of the project. The Contractor shall cover all loads if in the determination of the Engineer haul of project materials is posing a road maintenance and/or potential safety problem. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured, or the Engineer may order the streets in question cleaned by others and such costs incurred by the Owner in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction and payment thereof shall be included in the unit contract prices of other bid items. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; City of Federal Way 2018 Asphalt Overlay Project Page SP -41 RFB # 18-001 2018 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. Add the following sections: 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 Contactor 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 two working days prior to the day(s) the Contractor is requesting to change the hours. If the Contracting Agency approves such a deviation, such approval may be subject to certain other conditions, which will be detailed in writing. For example: 1. On non -Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight -time costs for Contracting Agency representatives who worked during such times. (The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspector; and other Contracting Agency employees or third party consultants when, in the opinion of the Engineer, such work necessitates their presence). 2. Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. 3. Considering multiple work shifts as multiple working days with respect to contract time even though the multiple shifts occur in a single 24-hour period. 4. If a 4-10 work schedule is requested and approved the on -working day for the week will be charged as a working day. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -42 2018 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met and recorded properly on certified payroll. 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8 -hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight -time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.3 Progress Schedule Section 1-08.3 is supplemented with the following: Promptly after award of the contract, the Contractor shall submit 3 copies of a Type A 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. The construction schedule shall be based upon working days, with a physical completion date on or before October 31, 2018. The Contractor is restricted to have two (2) schedules under construction at a time unless otherwise approved by the Engineer. "Under construction" for the purpose of this Section means any work up to and including the final pavement overlay. Adequate equipment and forces based on the construction schedule shall be made available by the Contractor to start work immediately upon order of the Engineer and to carry out the schedule to completion of the contract by the date specified. Should it become evident at any time during construction that operations will or may fall behind the schedule, the Contractor shall, upon request, promptly submit a revised schedule in the same form as specified herein, setting out operations, methods, and equipment, added labor forces or working shifts, night work, etc., by which time lost will be made up, and confer with the Engineer until an approved modification of the original schedule has been secured. Further, if at any time any portion of the accepted schedule is found to conflict with the Contract Provisions, it shall, upon request, be revised by the Contractor and the work shall be performed in compliance with the contract provisions. Payments of any further estimates to the Contractor after such request is made and until an approved modified schedule has been provided by the Contractor may be withheld. City of Federal Way 2018 Asphalt Overlay Project Page SP -43 RFB # 18-001 2018 Execution of the work according to the accepted schedule of construction, or approved modifications thereof, is hereby made an obligation of the contract. 1-08.4 Prosecution of 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 (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 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -44 2018 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 Supplement with the following: Subject to the time lost due to inclement weather and delay in delivery of materials, should such delay not be the result of the undersigned's actions, the Contractor agrees to commence work within 5 days after Notice to Proceed and to complete all work in this Contract within the specified time period. If requested, the Contractor agrees to furnish the City and the Engineer with full data as to the efforts made to obtain materials. The Contractor agrees to complete the work within the contract time contained in his bid plus any extensions as provided for herein. It is the responsibility of the Contractor to complete the work within completion time. The Owner makes no promise or representation that this can or will be done. Extensions in completion time will be granted for delays beyond the control of the Contractor only, such as strikes or natural disasters, and may be granted for increases in the contract value of the work to be done. Requests for extensions in completion time shall be made in writing to the Engineer and approved through a change order before commencement of such extensions. For sake of common bidding purposes, the number of days allowed to complete the work outlined in these contract documents is 65 working days. However, in no instance shall the work extend beyond October 31, 2018. City of Federal Way 2018 Asphalt Overlay Project Page SP -45 RFB # 18-001 2018 1-09 MEASUREMENT AND PAYMENT 1-09.3 Scope of Payment Section 1-09.3 is supplement with the following: The Special Provisions may describe work the Standard Specifications do not cover. Such work shall comply first with the special provisions and then with any specifications that apply. The Contractor shall include all costs of doing this work within the unit bid prices. If the Special Provisions require work that has no unit bid price, costs shall be incidental and included within the unit bid prices in the contract. 1-09.6 Force Account (October 10, 2008 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented with the following: The Contractor shall arrange and provide the construction equipment staging area. This area must be approved by the City of Federal Way, Community Development Department. Sites chosen near residential properties can expect severe restrictions on noise and allowable work hours. 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 bid item "Mobilization" and no other compensation will be made for this item. The Contractor will provide City with copy(s) agreement(s). Payment is made under the following item: "Mobilization" per lump sum. The lump sum bid price for "Mobilization" shall include, but not be limited to, the following items: the movement of the Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of his 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. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -46 2018 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 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. City of Federal Way 2018 Asphalt Overlay Project Page SP -47 RFB # 18-001 2018 Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. 1-09.9(1) Contracting Agency's Right to Withhold and Disburse Certain Amounts New Section In addition to the amount which the Owner may otherwise retain under the Contract, the Owner may withhold a sufficient amount or amounts of any payment or payments otherwise due to the Contractor including nullifying the whole or part of any previous payment which because of subsequently discovered evidence or subsequent inspections, and in its judgment may be necessary to cover the following: (a) The cost of defective work not remedied. (b) Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this contract. (c) Fees and charges of public authorities or municipalities. (d) Liquidated damages and engineering and inspection fees beyond completion date. 1-09.11(2) Claims Supplement with the following: In the event the Contractor files a notice of claim or has made the Owner aware of his intention to file a claim, the Contractor upon demand by the Owner shall provide immediate access to the Owner or its duly authorized representative for review and examination of all books, documents, papers and other records that are directly pertinent to this Contract and claim. Access shall be ongoing and shall remain in effect for the duration of the contract or until the claim is settled or withdrawn. The Owner's examination and review shall be at reasonable time and place as designated by the Owner. This provision extends to all subcontractors hired by the Contractor and to any entity that has performed work or supplied materials or services in connection with or related to this Contract. The Contractor shall provide for this clause to be included in its contracts with all subcontractors and suppliers. Provided, however, that the Owner shall not disclose information which may reasonably be construed to be confidential and if divulged may seriously jeopardize the Contractor's or subcontractor's competitive position. The above shall not be limited to records in existence at the time of the claim but shall also include records generated following the claim or notice of claim. In the event that the Contractor or Subcontractor submits notice of a changed condition or claim of delay at the job site, the Contractor and Subcontractor are directed to cease all work on the project until directed otherwise in writing by the Owner. Consistent with the intent and provisions of this section, any claim of changed condition or delay shall be immediately verified by the Owner following its inspection of the job site and books and records. The Owner's City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -48 2018 authority to verify changed conditions and claimed delay shall extend to the right of the Owner to contact and obtain responsive information from suppliers, vendors, and subcontractors, and the right to speak with workers at the site and examine records described above. The refusal, unwillingness or failure of any subcontractor to supply requested information shall be deemed to constitute actual and noncooperation of the Contractor. The Contractor shall at all time, following a claim or notice of claim, cooperate with the Owner in regard to this provision. Failure to comply with the provisions of this section constitutes a breach of a material term and condition in the performance of this Agreement. 1-09.13 Claim 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, 2015APWA 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 Supplement with the following: Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. City of Federal Way 2018 Asphalt Overlay Project Page SP -49 RFB # 18-001 2018 1-10.1 General Supplement with the following: 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 that may occur on highways, roads, streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Business Open During Construction Signs The Contractor shall provide a minimum of two (2) Business Open During Construction signs for the project. The Businesses Open During Construction signs shall be per the Details in the Plans. Business Open During Construction signs shall be considered Construction Signs Class A. City of Federal Way Project Signs City Of Federal Way Project signs shall be considered Construction Signs Class A. The Contractor shall provide two (2) project signs (4' x 8') per the standard detail within the Appendix A. 1-10.2 Traffic Control Management 1-10.2(1)B Traffic Control Supervisor Section 1-10.2(1)B is supplemented with the following: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized. The City will not pay for any work performed by the TCS as described under Section 1-10.2(1)B but considered incidental to other bid items. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented with the following: The Contractor shall submit a Signing and Traffic Control Plan (TCP) for each schedule, showing all locations for construction signs, flaggers, and other traffic control devices, lane widths, tapers, and temporary channelization, required for the project. The TCPs shall be submitted to the Engineer for approval, a minimum of seven (7) days prior to beginning any work on the project. 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: • Minimum lane widths provided for vehicular travel. • Flagger's stations. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -50 2018 • Turn pocket length, gap and tapers in conformance with the City of Federal Way and WSDOT Standard Plans. The Contractor shall maintain at least one lane of traffic in each direction at all times unless otherwise approved by the Engineer. The Contractor shall include in the TCP; special plans for traffic control and routing, hours of work, signing and a construction sequencing plan, for the overlay and pavement patching on all arterials. NO WORK SHALL BE PERMITTED WITHOUT A TCP APPROVED BY THE ENGINEER. The approved TCP shall be on-site at all times and failure to obtain and adequately implement an approved TCP shall be the cause for immediate action by the Engineer. Said action may include but shall not be limited to the following: 1. Suspension of work until the TCP is approved or properly implemented. 2. Implementation by the Owner of approved TCP at the Contractor's expense. 3. The Owner may provide, or have others provide, interim labor, materials and equipment at the Contractor's expense to alleviate traffic hazards of concern. 4. Any combination of the above described remedies, or whatever is deemed necessary by the Engineer to protect the traveling public. All Traffic Control Plans shall conform to the MUTCD and the Standard Plans. Whenever the Contractor intends to do work not explicitly covered by the TCP, the Contractor shall submit a Supplemental Traffic Control Plan to the Engineer for approval at least ten (10) days in advance of the time signs and barricades will be required. Whenever a traffic signal is to be taken out of service, set to flashing red, or construction is such that it interferes with the safe and effective operation of the traffic signal an Off Duty Uniformed Police Officer must be used to control traffic through the intersection. The use of an Off Duty Uniformed Police Officer must be shown on the traffic control plan. 1-10.2(3) Conformance to Established Standards Section 1-10.2(3) is supplemented with the following: Traffic control for the project shall conform to the Manual on Uniform Traffic Control Devices (MUTCD) Part VI, and Section 1-10 of the Standard Specifications. These publications will be incorporated in all projects by this reference as if set forth herein in full. 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 hours eligible for "Traffic Control Labor" will be those hours actually used for the previously described work. Handling of Class B signs is to include the placement of "No - Park" signs, for use in areas where operations require the street to be cleared of vehicles. City of Federal Way 2018 Asphalt Overlay Project Page SP -51 RFB # 18-001 2018 The City has set the unit contract price for "Off Duty Uniformed Police Officer" at Seventy - Five and No/100 Dollars ($75.00) per hour of active traffic control. In the event this amount does not reflect the actual cost to the Contractor for a Uniformed Off -Duty Police Officer, then the Contractor should revise other bid items to include the correction factor. No adjustment to the $75.00 per hour unit price shall be made for overtime hours, holiday hours, or minimum callout charge. 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 each request for off-duty police officers. The City shall pay $75.00 per hour for actual time worked by off-duty police officers, it shall be the Contractors responsibility to arrange work schedule to minimize any additional costs incurred by the minimum three (3) hour callout requirement. The estimated uniformed off-duty police officers hours as stated in the proposal, are the City's estimate, without knowledge of the Contractors specific method of operation and is used only for the purpose of providing a common amount for all bidders. In the event actual hours of officer time differs from the quantity listed in the proposal, no readjustment in the unit contract price for uniformed off-duty police officer will be allowed. 1-10.3(3)C Portable Changeable Message Sign Section 1-10.3(3)C is supplemented with the following: (Januar)/ 14, 2017) The PCMS shall meet the requirements of the MUTCD and the following: 1. Back -lighted split -flap 2. Fiber optic/shutter 3. Light emitting diode 4. Light emitting diode/shutter 5. Flip disk Regardless of the technology, the PCMS shall meet the following general requirements: 1. Be Tight emitting and must rely solely on reflected light. 2. Be solar powered. 3. Have a display consisting of individually controlled pixels no larger than 2-1/2 inch by 2-1/2 inch. If the display is composed of individual character modules, the space between modules must be minimized so alphanumeric characters of any size specified below can be displayed at any location within the matrix. 4. When activated, the pixels shall display a yellow or orange image. When not activated, the pixels shall display a flat black image that matches the background of the sign face. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -52 2018 5. Be capable of displaying alphanumeric characters that are a minimum of 18 -inches in height. The width of alphanumeric characters shall be appropriate for the font. The PCMS shall be capable of displaying three lines of eight characters per line with a minimum of one pixel separation between each line. 6. The PCMS message, using 18 -inch characters, shall be legible by a person with 20/20 corrected vision from a distance of not less than 800 feet centered on an axis perpendicular to the sign face. 7. The sign display shall be covered by a stable, impact resistant polycarbonate face. The sign face shall be non -glare from all angles and shall not degrade due to exposure to ultraviolet light. 8. Be capable of simultaneously activating all pixels for the purpose of pixel diagnostics. Any sign that employs flip disk or shutter technology shall be programmable to activate the disk/shutters once a day to clean the electrical components. This feature shall not occur when the sign is displaying an active message. 9. The light source shall be energized only when the sign is displaying an active message. 10. Be equipped with a redundant light source such that the sign will continue to emit light if one of the light sources fails. The PCMS panels and related equipment shall be permanently mounted on a trailer with all controls and power generating equipment. The PCMS shall be operated by an easy to use controller that provides the following functions: 1. Select any preprogrammed message by entering a code. 2. Sequence the display of at least five messages. 3. Blank the sign. 4. Program new message, which may include moving arrows and chevrons. 5. Mirror the message currently being displayed or programmed. Portable changeable message sign(s) shall be available, on site, for the life of the project. The Contractor shall operate the PCMS in accordance with the approved traffic control plans or as directed by the Engineer. The PCMS shall not be used in lieu of sequential arrow signs. City of Federal Way 2018 Asphalt Overlay Project Page SP -53 RFB # 18-001 2018 1 1-10.4 Measurement Section 1-10.4 is supplemented with the following: Flaggers and Spotters will be measured by the hour. Other Traffic Control Labor will be measured by the hour. Traffic Control Supervisor will not be measured. Off Duty Uniformed Police Officer will be measured by the hour. Portable Changeable Message Signs will be measured per day. 1-10.5 Payment ' Section 1-10.5 is supplemented with the following: "Flaggers and Spotters", per hour. ' "Other Traffic Control Labor"; per hour. "Traffic Control Supervisor", incidental to other bid items. "Off Duty Uniformed Police Officer", per hour. "Portable Changeable Message Sign"; per day. The Owner has estimated the cost at Fifty -Two and No/100 Dollars ($52.00) per hour for accomplishing the work of "Traffic Control labor" and has entered that amount in the bid proposal under the specific item to become part of the total bid by the Contractor. Any cost to the Contractor of providing this work over Fifty -Two and No/100 Dollars ($52.00) per hour, shall be incidental to other bid items, and no further compensation shall be made. Payment shall be limited to the labor required for flagging and handling signs and traffic 1 control devices which are placed and removed or adjusted daily. It will be the Contractor's responsibility to provide, for the Engineer's concurrence, a detailed summary of time expended on this item at the end of each working day. Pay quantities will be prepared on the basis of these daily summaries. Time which does not appear on these daily summaries will not be honored for payment. All other items of work included in this section and/or which are necessary for traffic control are incidental to the Contract, and no separate payment will be made. This includes but is not limited to: Traffic Control Supervisor, special signs required specifically for the project, costs for cones, barricades, sequential arrow -boards, temporary pavement markings and other construction signing used on the project. Any special signs used will become property of the Owner upon completion of the project and will be delivered to the Owner by the Contractor (refer also to Section 8-30 of these Special Provision). The unit contract price per day for "Portable Changeable Message Signs" shall include all costs for furnishing the PCMS, transporting the PCMS to and from each project site, and maintaining the PCMS. END OF DIVISION 1 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -54 2018 DIVISION 2 EARTHWORK Wherever specifications are made for "Pavement Repair and Roadway Widening" in the following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening." 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP 2-01.1 Description Section 2-01.1 is supplemented with the following: Clearing, grubbing, and roadside cleanup shall be accomplished in conformance with Section 2-01 of the Standard Specifications, except as hereinafter amended. 2-01.5 Payment Section 2-01.5 is supplemented with the following: Payment will be made for the following bid items per this section of the Standard Specifications: "Roadside Cleanup" by force account. For the purpose of providing a common proposal for all bidders and for that purpose only, the Owner has estimated the amount of force account for roadside cleanup and has entered that amount in the bid proposal, which shall then become part of the Contractor's total bid. "Clearing and Grubbing" shall be considered incidental to the various bid items of the contract and as such, will not be measured for separate payment. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 2-02.3 Construction Requirements Section 2-02.3 is supplemented with the following: The removal and disposal of facilities indicated shall be conducted in such a manner as not to damage utilities, or any portion of improvements that are to remain in place. Any damage caused by the Contractor and his operations shall be repaired, replaced, or otherwise properly restored to the satisfaction of the Engineer at no cost to the Owner. Disposal shall be in accordance with Section 2-01 of the Standard Specifications and these Special Provisions. 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters Section 2-02.3(3) is supplemented with the following: 1. All removed concrete pieces shall become the property of the Contractor and shall be removed from the project. City of Federal Way 2018 Asphalt Overlay Project Page SP -55 RFB # 18-001 2018 2. Prior to removal, the Contractor shall make a full -depth vertical sawcut between any sidewalk, curb ramp or curb and gutter that is to remain and the portion to be removed. The sawcut shall be at the nearest joint to form a neat line for removal from the project site. 3. The Contractor shall replace at no expense to the Owner and to the satisfaction of the Engineer any existing pavement, sidewalk, curb ramp, or curb and gutter designated to remain that is damaged during the removal operation. 4. The contractor shall make a neat full depth vertical sawcut in the existing pavement at a minimum distance of one (1) foot from the curb and gutter to be removed to provide a Targe enough area to build to curb and place and compact a pavement section. The approximate thickness of the existing asphalt concrete pavement in the roadway varies. Contractor's attention is also drawn to Section 8-04.3 of the Special Provisions. See Standard Plans for details. 5. The equipment and procedures used to make the full -depth sawcut shall be approved by the engineer. No waste water from the sawcutting operation shall be released directly to any stream or storm sewer system. 6. Extra care shall be taken to protect existing traffic loops that are to remain, when removing and replacing curb and gutter. Any traffic loops damaged by the Contractor shall be replaced at the Contractor's expense. 7. Pedestrian and wheel chair access to sidewalks must be maintained to one side of each street at all times. The Contractor shall only remove and replace existing cement concrete sidewalk(s), curb and gutter(s), curb ramp(s) at one quadrant of an intersection at a time. If it is not possible to restrict access to one side quadrant of a street, the Contractor must provide proper wheelchair accessible pedestrian detours, per the MUTCD, around closed sidewalk areas. 2-02.3(4) Removal of Pavement Markings New Section (January 17, 2014) All pavement markings, including, but not limited to: paint, lane markers, traffic buttons, plastic markings, and adhesive residue shall be removed prior to overlay. This work shall be incidental to other bid items of the contract, and no separate payment will be made. 2-02.3(5) Asphalt Concrete Sawcut New Section (January 17, 2014) Where shown in the Plans or where directed by the Engineer, the Contractor shall make a neat, full -depth vertical saw cut at the boundaries of the area to be removed. Care shall be taken when sawcutting as not to damage any of the existing pavement to remain in place. Any pavement damaged by the Contractor due to his operations shall be repaired or replaced by him at his own expense. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -56 2018 2-02.4 Measurement Section 2-02.4 is supplemented with the following: Asphalt/Cement Conc. sawcutting will be measured by the linear foot and full -depth sawcut. 2-02.5 Payment Section 2-02.5 is supplemented with the following: Payment will be made for each of the following bid items that are in the proposal: "Asphalt/Cement Concrete Sawcut"; per lineal foot. The contract bid prices, including all incidental work, shall be full compensation for all labor, material, tools, disposal fees, and equipment necessary to satisfactorily complete the work as defined in these Special Provisions, including properly disposing of the removed materials off-site and leaving what is to remain in good condition. Removal of asphalt concrete pavement and base associated with the removal of curb and gutters will not be measured, but will be considered as part of "Concrete Curb and Gutter" and "Cement Conc. Curb Ramps Type ". Sawcutting sidewalks, driveways, curb and gutters, and truncated dome retrofits will be incidental to the removal and replacement of those items. Sawcutting for wheelchair ramps shall be incidental to "Cement Conc. Curb Ramps Type ", per each. Removal of Cement Conc. Sidewalk, Removal of Cement Conc. Driveway, Removal of Cement Conc. Curb Ramp, Removal of Cement Conc. Extruded Curb, or Removal of Cement Conc. Curb and Gutter will not be measured and paid, but will be considered as part of "Cement Conc. Sidewalk", "Cement Conc. Driveway", "Cement Conc. Curb Ramp Type ", "Cement Conc. Extruded Curb", "Cement Conc. Curb and Gutter". Where the Contractor chooses to use grinding or pulverizing to remove asphalt concrete pavement, the vertical line left by grinding or pulverizing shall be considered equivalent to a sawcut, but in that case no separate payment shall be made for sawcut. 2-03 ROADWAY EXCAVATION AND EMI3ANKMENT 2-03.1 Description Section 2-03.1 is supplemented with the following: Roadway excavation shall include excavation for patching, roadway reconstruction and roadway widening. City of Federal Way 2018 Asphalt Overlay Project Page SP -57 RFB # 18-001 2018 2-03.3(14)) Gravel Borrow Including Haul Section 2-03.3(14) is supplemented with the following: Where patching, roadway reconstruction or roadway widening is called for, either as shown in the Plans or as directed by the Engineer, it is the intent to excavate to a depth shown in the Plans as the bottom of the crushed surfacing top course. Where and if the Engineer determines that unstable subgrade material exists below this depth, the Engineer may direct the Contractor to excavate an additional depth to stabilize the area. When an excavation depth exceeds the bottom of the proposed crushed surfacing top course, the area below the crushed surfacing top course shall be backfilled with "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul" Excavation and backfill below grade as heretofore defined for Gravel Borrow Including Haul shall be included in the unit contract price for "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul" and "Roadway Excavation, Incl. Haul': 2-03.4 Measurement Section 2-03.4 is supplemented with the following: "Roadway Excavation Incl. Haul" measurement for roadway excavation including haul shall be in accordance with Section 2-03.4 of the Standard Specifications. 2-03.5 Payment Section 2-03.5 is supplemented with the following: "Roadway Excavation Incl. Haul" shall be paid by the cubic yard. No separate payment will be made for haul or wasting excavated material. Payment per cubic yard for "Roadway Excavation Incl. Haul" shall be for pavement repair and pavement widening areas only. Sidewalk, conc. ramp, curb and gutter removal shall be incidental to other bid items. 2-06 SUBGRADE PREPARATION Subgrade preparation for Pavement Repair and Roadway Widening shall be accomplished in accordance with section 2-06. 2-06.3(2) Subgrade for Pavement Section 2-06.3(2) is supplemented with the following: At locations designated in the field by the Engineer, the existing roadway will be widened or reconstructed. The existing and final pavement widths vary, and shall be as determined by the Engineer. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -58 2018 2-06.5 Measurement and Payment Section 2-06.5 is supplemented with the following: All costs for providing materials and construction for subgrade preparation, shall be included in the contract prices for "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul', and "HMA Class 1/2" PG 64 -22 for Pavement Repair and Roadway Widening", respectively. ' 2-07 WATERING 2-07.1 Description 1 Section 2-07.1 is supplemented with the following: Water required for compacting embankments, construction subgrade, placing crushed ' surfacing, grinding, pulverizing, dust control, and as the Engineer requires shall be provided in accordance with Section 2-07.3 of the Standard Specifications. ' 2-07.5 Payment Section 2-76.5 is supplemented with the following: ' All costs for providing and applying water shall be considered incidental to and included in the unit contract prices for the various items involved. ' 2-12 CONSTRUCTION GEOSYNTHETIC 2-12.3 Construction Requirements 1 Section 2-12.3 is supplemented with the following: The area to be covered by the geosynthetic shall be graded to a smooth, uniform condition ' free from ruts, potholes, and protruding objects such as rocks or sticks. The geosynthetic shall be spread immediately ahead of the covering operation. The geosynthetic shall not be left exposed to sunlight during installation for a total of more than 5 calendar days. The ' geosynthetic shall be laid smooth without excessive wrinkles. Under no circumstances shall the geosynthetic be dragged through mud or over sharp objects which could damage the geosynthetic. The cover material shall be placed on the geosynthetic in such a manner ' that a minimum of 12 to 18 inches of material, depending on the survivability of the geosynthetic, will be between the equipment tires or tracks and the geosynthetic at all times. Construction vehicles shall be limited in size and weight such that rutting in the ' initial lift above the geosynthetic is not greater than 3 inches deep, to prevent overstressing the geosynthetic. Turning of vehicles on the first lift above the geosynthetic will not be permitted. End -dumping the cover material directly on the geosynthetic will not be ' permitted. Compaction of the first lift above the geosynthetic shall be limited to routing of placement and spreading equipment only. No vibratory compaction will be allowed on the first lift. 1 Pegs, pins, or the manufacturer's recommended method shall be used as needed to hold the geosynthetic in place until the specified cover material is placed. 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -59 2018 Should the geosynthetic be torn or punctured or the overlaps or sewn joints disturbed, as evidenced by visible geosynthetic damage, subgrade pumping, intrusion, or roadbed distortion, the backfill around the damaged or displaced area shall be removed and the damaged area repaired or replaced by the Contractor at no cost to the Contracting Agency. The repair shall consist of a patch of the same type of geosynthetic placed over the damaged area. The patch shall overlap the existing geosynthetic a minimum of 2 feet from the edge of any part of the damaged area. If geosynthetic seams are to be sewn in the field or at the factory, the seams shall consist of two parallel rows of stitching. The two rows of stitching shall be 0.5 inch apart with a tolerance of 0.25 inch and shall not cross, except for restitching. The stitching shall be a lock -type stitch. The minimum seam allowance, i.e., the minimum distance from the geosynthetic edge to the stitch line nearest to that edge, shall be 1.5 inches if a flat or prayer seam, Type SSa-2, is used. The minimum seam allowance for all other seam types shall be 1.0 inch. The seam, stitch type, and the equipment used to perform the stitching shall be as recommended by the manufacturer of the geosynthetic and as approved by the Engineer. The seams shall be sewn in such a manner that the seam can be inspected readily by the Engineer or his representative. The seam strength will be tested and shall meet the requirements stated in this Special Provision. 2-12.4 Measurement Section 2-12.4 is supplemented with the following: Construction geosynthetic for separation when used under pavement areas to separate the top course from the subgrade, will be measured by the square yard for the ground surface area actually covered. 2-12.5 Payment Section 2-12.5 is supplemented with the following: The unit contract price for "Construction Geosynthetic for Separation", per square yard as included in the proposal shall be full pay to furnish all materials, labor, and equipment, and to complete the work as specified. END OF DIVISION 2 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -60 2018 1 DIVISION 3 PRODUCTION FROM QUARRY AND PIT SITES AND STOCKPILING 3-01 PRODUCTION FROM QUARRY AND PIT SITES ' 3-01.4 Contractor Furnished Material Sources Section 3-01.4 is supplemented with the following: No source has been provided for any materials necessary for the construction of this improvement. 1 If the sources of material provided by the Contractor necessitates hauling over roads other than City streets, the Contractor shall, at its own cost and expense, make all arrangements ' for the use of the haul routes. 3-01.6 Payment Section 3-01.6 is supplemented with the following: Any work performed by the Contractor under Division 3 shall be considered incidental to ' the furnishing of materials. All cost of acquiring, producing, and placing this material shall be incidental to and included in the unit contract prices for the various items involved. END OF DIVISION 3 1 1 1 1 City of Federal Way RFB # 18-001 1 2018 Asphalt Overlay Project Page SP -61 2018 DIVISION 4 BASES Wherever specifications are made for "Pavement Repair and Roadway Widening" in the following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening". 4-04 BALLAST AND CRUSHED SURFACING 4-04.1 Description Section 4-04.1 is supplemented with the following: Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul shall be accomplished in accordance with Section 4-04 of the Standard Specifications. 4-04.2 Materials Section 4-04.2 is supplemented with the following: 5/8" Minus crushed rock may be substituted for Maintenance Rock for Shoulder Reconstruction. 4-04.4 Measurement Section 4-04.4 is supplemented with the following: "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul" will be measured by the ton. 4-04.5 Payment Section 4-04.5 is supplemented with the following: Payment will be made for the following bid items: 1. "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haui'; per ton. 2. "Maintenance Rock for Shoulder Reconstruction, Incl. Haul", per ton. The Contract bid price above, including all incidental work, shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. END OF DIVISION 4 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -62 2018 1 1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS Wherever specifications are made for "Pavement Repair and Roadway Widening" in the following division, they shall also apply to "Shoulder Reconstruction and Shoulder Widening". 5-04 HOT MIX ASPHALT ' Hot Mix Asphalt (HMA) shall be constructed in accordance with Section 5-04 of the Standard Specifications except as modified hereinafter. ' 5-04.2 Materials Section 5-04.2 is supplemented with the following: ' All HMA shall be HMA Cl. 1/2" PG 64-22. Crack Sealing CSS -1 emulsified asphalt ' Tack Coat CSS -1 emulsified asphalt 5-04.3 Construction Requirements ' Section 5-04.3 is supplemented with the following: HMA Class 1/2" PG 64 -22 shall be placed to the compacted depths shown and as leveling ' and wearing course where shown or noted. HMA over three inches (3") in compacted depth shall be placed in two (2) equal lifts. Placement shall be in accordance with applicable Sections of 5-04 of the Standard Specifications, except that longitudinal joints between successive layers of HMA shall be displaced laterally a minimum of twelve inches (12"). ' During placement, the composition of the mix shall be subject to adjustment of the percentage of sand, filler, and asphalt as directed by the Engineer. 5-04.3(3)A Material Transfer Device/Vehicle Section 5-04.3(3)A is supplemented with the following: Delete this section in its entirety. 5-04.3(5) ConditioningExisting of Surface Section 5-04.3(5) is supplemented with the following: ' Prior to paving, the Engineer shall mark all areas requiring a relevelin and review these P 9. 9 q 9 P 9 areas with the Contractor. ' Compaction of prelevel shall be by pneumatic roller only. 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -63 2018 5-O4.3(5)A Preparation of Existing Surfaces Section 5-04.3(5)A is supplemented with the following: Any removal of material overgrowing the roadway, such as grass or moss, in areas that are not to be repaired, will be paid as force account, under the following bid item per section 2- 01.5 of the Standard Specifications: "Roadside Cleanup" by force account. Removal of other material, such as leaves or debris that is not growing on the surface of the pavement, will be considered incidental to the project. All areas in which growing material was removed from the roadway shall be treated with Soil Residual Herbicide per section 5-04.3(5)D. 5-O4.3(5)C Crack Sealing Section 5-04.3(5)C is amended as follows: All streets must be crack sealed, and all costs in connection with crack sealing shall be paid under the following bid items per section 2-01.5 of the Standard Specifications: "Roadside Cleanup" by force account. 5-O4.3(5)D Soil Residual Herbicide Section 5-04.3(5)D is amended as follows: Soil Residual Herbicide shall be placed in all areas as needed, as directed by the Engineer, and all costs for Soil Residual Herbicide shall be incidental and included in the unit contract price for "HMA Class 1/2" PG 64 -22". 5-O4.3(5)E Pavement Repair Section 5-04.3(5)E is supplemented with the following: Pavement repair consists of asphalt concrete sawcut, removing asphalt concrete pavement, crushed surfacing and subgrade, and installing Construction Geosynthetic for Separation, placing crushed surfacing top course, and HMA in accordance with the details shown in the Plans or as directed by the Engineer. Pavement repair excavation may also be performed by the use of a milling machine of a type that has operated successfully on work comparable with that to be done under the contract and shall be approved by the Engineer prior to use. If a milling machine is used for excavation, the excavation shall be in accordance with the "Alternative Pavement Patching Detail" shown in the Plans or as directed by the Engineer. In all types of excavation, after the removal of the asphalt, the base material will be evaluated by the inspector, to determine if it is suitable. If the base is determined not to be suitable, removal of the base material, per the typical details shown in the Plans, shall be performed, and restoration will be per the typical detail, regardless of the method used for excavation. The dimensions shown in the Plans for pavement repair are approximate and are provided for bidding purposes only. The actual dimensions to be used will be marked by the City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -64 2018 Engineer at the time of construction. No changes to the unit prices bid for the various items will be permitted due to any increase or decrease in the amount of pavement repair. Contractor shall complete each pavement repair location within one working day if the pavement repair is located within the traveled way. 5-04.3(7)A Mix Design 5-04.3(7)A1 General Section 5-04.3(7)A1 is supplemented with the following: The Contractor shall provide the City a mix design for all specified classes of mix and binder type that has been approved by WSDOT within the last 12 months. The mix design(s) shall have met all the requirements of Sections 9-03.8(2) and 9-03.8(6). The Contractor shall also provide documentation that the aggregates and binder used are the same as those used to meet the requirements for the WSDOT approved mix design. In no case shall the Contractor begin paving before the City has approved the submitted mix design(s). 5-04.3(8) Mixing 5-04.3(8)A Acceptance Sampling and Testing — HMA Mixture Delete Section 5-04.3(8)A in its entirety and replace it with the following: 1. General: Dense graded mixes (HMA Classes 1/2" and 1") shall be evaluated for quality of gradation and asphalt binder content by the Contractor and the test report submitted to the City Project Engineer. 2. Aggregates: Aggregates for HMA shall be manufactured from ledge rock, talus, or gravel in accordance with Section :3-01. The material from which they are made shall meet the requirements of Section 9-03.8(2). (January 19, 2016 ******) 5-04.3(8)B Basis of Acceptance 1. The Contractor submitted reference mix design shall conform to the following requirements. HMA will be accepted based on its conformance to the project job mix formula (JMF) provided by the Contractor and laboratory density tests. For the acceptance of a project JMF, the Contractor shall submit to the Engineer a laboratory report stating that the representative samples of the various aggregates and blend sand to be used, along with the gradation data, the various aggregate stockpile averages, the proposed combining ratios, and the average gradation of the completed mix have been verified. A. Tolerances — Nonstatistical Acceptance. After the JMF is determined, the constituents of the mixture at the time of acceptance shall conform to the range of the proportion specified in the broad band specifications for gradation and the design mix asphalt binder content plus or minus 0.5 percent. City of Federal Way 2018 Asphalt Overlay Project Page SP -65 RFB # 18-001 2018 1 1 B. Adjustments: 1. Aggregates. Upon written request from the Contractor, the Project Engineer may approve field adjustments to the JMF including the Contractor's proposed combining ratios for mineral aggregate stockpiles 1 and blend sand. The maximum allowed gradation change shall be 2 percent for the aggregate retained on the No. 10 sieve and above, 1 percent for the aggregate passing the No. 10 and No. 40 sieves, and 0.5 percent for the aggregate passing the No. 200 sieve. Blend sand may be changed a maximum of 5 percent. The above adjustments and/or any further adjustments as ordered by the Engineer will be considered as a new JMF. Adjustments beyond these limits will require development of a new JMF. The adjusted JMF plus or minus the allowed tolerances shall be within the range of the broad band specifications. 2. Asphalt Binder Content. The Project Engineer may order or approve the Contractor's request to change asphalt binder content a maximum of - 0.3 percent from the approved JMF. No field adjustments of the JMF relative to the asphalt binder content exceeding 0.3 percent from the initial JMF will be made without approval of the Engineer. 2. Hot Mix Asphalt Mixture: A. Sampling: 1 1. A sample will not be obtained from either the first or last 25 tons of mix produced in each production shift. No samples shall be taken for daily quantities under 250 tons in a day. 2. Samples for compliance of gradation and asphalt binder content will be 1 obtained on a random basis from the hauling vehicle. The Contractor shall provide adequate platforms to enable samples to be obtained in accordance with WAQTC FOP for AASHTO T 168. The platforms shall allow the sample to be taken without the Engineer entering the hauling vehicle. B. Test Results. The Contractor will furnish the Engineer with a copy of the results. 1 C. Test Methods. Acceptance testing for compliance of asphalt binder content will 1 be WSDOT FOP for AASHTO Test Method T 308. Acceptance testing for compliance of gradation will be WAQTC FOP for AASHTO 1 T 27&T11. D. Rejection by Contractor: The Contractor may, prior to sampling, elect to remove 1 any defective material and replace it with new material at no expense to the City. Any such new material will be sampled, tested, and evaluated for acceptance. 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -66 2018 5-04.3(10) Compaction 5-04.3(10)B Control Delete Section 5-04.3(10)B in its entirety and replace it with the following: For HMA, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum of ninety-two percent (92%) of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than five (5) nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations within each lot. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control Tots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, noncomplying material may be accepted at a reduced price. Cores may be used as an alternate to the nuclear density gauge tests. When cores are taken by the Engineer at the request of the Contractor, the request shall be made by noon of the first working day following placement of the mix. The Engineer shall be reimbursed for the coring expenses at the rate of Two Hundred and 00/100 Dollars ($200.00) per core when the core indicates the acceptable level of compaction within a lot has not been achieved. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compatibility of the mix design. Compatibility shall be based on the ability of the mix to attain the specified minimum density (ninety-two percent (92%) of the maximum density determined by WSDOT Test Method 705). Following determination of compatibility, the Contractor is responsible for the control of the compaction effort. If the Contractor does not request a test section, the mix will be considered compactable. HMA constructed under conditions other than listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. Preleveling mix shall be compacted to the satisfaction of the Engineer. In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density readings. These additional tests shall not impact the compaction evaluation of the entire control lot. City of Federal Way 2018 Asphalt Overlay Project Page SP -67 RFB # 18-001 2018 5-04.3(14) Planing Bituminous Pavement Section 5-04.3(14) is supplemented with the following: The roadway shall be planed only within the limits shown in the Plans and as directed by the Engineer. The beginning and ending of each lane of planing shall be squared off to form a uniform joint. All "fins" and small sections of old pavement remaining around existing castings shall be removed by hand operations, if necessary, to provide a stable edge for overlay pavement. The Contractor shall provide for safe vehicular travel over existing manholes, valve boxes, etc., during planing operations. Prior to opening to traffic, any delaminating of existing HMA shall be removed from the site and resulting holes shall be patched with HMA Class 1/2" PG 64 -22, and shall be paid under "HMA Class 1/2" PG 64 -22, for Repair and Roadway Widening". Also, the surface shall be cleaned by sweeping to remove dust and foreign matter. A sweeper shall be present at all times during planing operations. Planing and paving activities shall be coordinated so that all planed sections of roadway are overlaid within seven (7) working days. Butt Joints Butt joints shall be planed to the dimensions shown in the Plans. Measurement shall be by the square yard for Planing of Bituminous Pavement as specified in Section 5-04.4 of the Standard Specifications. Damage Damage from planing beyond the planing limits or from the Contractor's operations shall be repaired at the Contractor's expense. 5-04.3(17) Paving Under Traffic Section 5-04.3(17) is supplemented with the following: The Contractor shall install, maintain, and remove approved four inch (4") wide reflective traffic tape, and/or temporary reflective lane markers, when paint lines or other pavement markings are obliterated due to construction activities or pavement restoration, 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, or as directed by the Engineer. 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. All permanent pavement markings must be City of Federal Way 2018 Asphalt Overlay Project Page SP -68 RFB # 18-001 2018 placed no later than seven (7) calendar days after the final lift of paving is completed, except 90 -mil methyl methacrylate materials, which must be placed no later than twenty- one (21) calendar days after the final lift of paving is completed. 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 nine foot (9') gap, unless otherwise specified in the Plans or in the Special Provisions. 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. All costs in connection with temporary tape shall be incidental to and included in the unit contract price for "HMA Class 1/2" PG 64 -22". 5-043(20) Anti -Stripping Additive Section 5-04.3(20) is supplemented with the following: When an approved anti -striping additive is added to a class of asphalt concrete pavement as a result of a proper mix design, it shall be approved by the City. Once designated for use on a specific project, the brand, grade, or percentage of anti -stripping additive shall not be changed without approval of the Engineer. All anti -strip additives shall be considered as incidental to and included in the unit contract price for all classes of HMA. 5-04.4 Measurement "HMA Class 1/2" PG 64-22" will be measured by the ton. "HMA Class 1/2" PG 64-22, for Pavement Repair and Roadway Widening" will be measured by the ton. "HMA Class 1/2" PG 64-22 for Preleveiing" will be measured by the ton. "Planing Bituminous Pavement" will be measured by square yard. 5-04.5 Payment Payment will be made per the Standard Specifications for each of the following bid items that are included in the proposal: "HMA Class 1/2" PG 64-22", per ton. "HMA Class 1/2" PG 64-22, for Pavement Repair and Roadway Widening'; per ton. "HMA Class 1/2" PG 64-22 for Preleveling'; per ton. "Planing Bituminous Pavement", per square yard. "Tack Coat" will be incidental The contract bid prices above, including all incidental work shall be full compensation for all prime coat, tack coat, labor, materials, tools and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and the Special Provisions. City of Federal Way 2018 Asphalt Overlay Project Page SP -69 RFB # 18-001 2018 Payment for pavement repair shall be by the unit prices bid for "Asphalt/Cement Concrete Sawcut', "Roadway Excavation, Incl. Haul", "Crushed Surfacing Top Course for Pavement Repair and Roadway Widening, Incl. Haul", and "HMA Class 1/2" PG 64 -22, for Pavement Repair and Roadway Widening'; specified herein. If a milling machine is used for pavement excavation, payment shall be by the unit bid prices for "Roadway Excavation, Incl. Haul", based upon a neat line measurement of the excavated area. 5-04.5(1) Quality Assurance Price Adjustments Delete Section 5-04.5(1) in its entirety. 5-04.5(1)A Price Adjustment for Quality of HMA Mixture Delete Section 5-04.5(1)A in its entirety. 5-04.5(1)B Price Adjustment for Quality of HMA Compaction Delete Section 5-04.5(1)B in its entirety. END OF DIVISION 5 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -70 2018 DIV][SION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS Adjustments and repair of manholes and catch basins shall be in accordance with Section 7-05 of the Standard Specifications except as modified hereinafter. 7-05.2 Materials The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra -Riser high impact rubber composite adjustment risers for specified manholes or catch basins. 7-05.3 Construction Requirements Section 7-05.3 is supplemented with the following: Backfill around catch basins shall be compacted by mechanical tampers in accordance with Section 2-03.3(14)C"Method B" of the Standard Specifications. Catch basin cover frames shall be installed on precast rings or as directed by the Engineer. All bricks shall be installed with full mortar coverage and shall be plastered on the surface to a depth of 3/4 inch both inside and outside of the structure. Catch basin covers shall be adjusted to the rim elevations per Section 7-05.3(1). 7-05.3(1) Adjusting Manholes and Catch Basins to Grade Section 7-05.3(1) is supplemented with the following: Manholes and catch basins 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 basins with conversion risers and a neat rectangular shape for catch basins that collect runoff. 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 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. Metal adjustment rings and frame ring extensions shall not be used. If more than three grade rings are required to adjust a manhole or Type 2 catch basin 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 City of Federal Way 2018 Asphalt Overlay Project Page SP -71 RFB # 18-001 2018 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 Type 1 structures are located within the wheel path of a proposed travel lane and do not collect runoff, catch basins adjusted to grade shall also include conversion risers (Reference City of Federal Way Standard Drawing 4-18), heavy duty locking frames and covers, and high -impact risers. The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra -Riser high impact rubber composite adjustment risers for specified manholes or catch basins. Following frame installation, the edges of the removed asphalt pavement and the outer edge of the reset frame shall be painted with asphalt for tack coat. The entire void around the adjustment shall then be filled with Commercial HMA, placed and compacted using 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. All catch basin frames and grates removed shall remain the property of the City and shall be delivered by the Contractor to the City as directed by the Engineer. 7-05.3(5) Repair, Rebuild or Re -align Manholes and Catch Basins Where existing manholes and catch basins were poured monolithic with the curb and gutter and removal of the adjacent curb and gutter damages the existing structure; or where the horizontal alignment of the existing manhole or catch basin requires re -aligning and adjusting the structure elevation; or where manholes or catch basins are damaged during grinding, the contractor shall remove the existing frame and grate, adjustment bricks and adjustment risers down to the structure base and rebuild the structure per Section 7-05.3. 7-05.3(6) Adjust Existing Utility to Grade New Section As shown in the Plans, existing utilities such as monuments, manholes, water valves, and meter boxes shall be adjusted to finished grade. The Contractor shall familiarize itself with the existing utility locations prior to the beginning of any work. The Contractor shall adjust City -owned utilities. Final adjustment shall be smooth and flush with finished grade. The Contractor shall mark the location of all utilities prior to paving the new surface. Unless otherwise provide in the Special Provisions and Proposal, costs for adjusting utilities to grade, including coordinating the work with other utilities, shall be incidental to the various items of work and no additional compensation will be allowed. Existing facilities shall be adjusted to the finished grade as shown in the Plans and as further specified herein. Existing box, ring, grate, and cover shall be reset in a careful and workmanlike manner to conform to the new grade. Special care shall be exercised in all operations. Any damage occurring to the manholes, concrete catch basins, monument cases, valve boxes, or water mains, due to the Contractor's operations, shall be repaired at the Contractor's own expense. Adjustments shall be made using bricks, concrete blocks, or cement, and the interior of the manhole adjustment shall be mortared smoothly. All covers and frames shall be thoroughly cleaned. The Contractor shall be responsible for City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -72 2018 1 1 referencing and keeping a record of such references of all manholes, catch basins, monument cases, meter boxes, and valve boxes encountered, and shall submit a copy of these references to the Engineer. 7-05.4 Measurement Section 7-05.4 is supplemented with the following: ' "Adjust Manhole'; will be measured per each. "Adjust Catch Basin", will be measured per each. "Install Conversion Riser for Type I Catch Basin"; will be measured per each. "Repair or Rebuild Manhole', will be measured per each. "Adjust Existing Utility to Grade", will be measured per each. 7-05.5 Payment Payment will be made for each of the following bid items that are included in the proposal: "Adjust Manhole", per each. "Adjust Catch Basin", per each. "Install Conversion Riser for Type I Catch Basin", per each. "Repair or Rebuild Manhole", per each. "Adjust Existing Utility to Grade", will be measured per each. The contract bid prices for the above, including all incidental work, shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in the Standard Specifications and these Special Provisions. Sawcutting, pavement removal and repair, excavation, curb and gutter removal and replacement, and any other work required to complete the items of work shall be considered incidental to other bid items, and no separate payment will be made. The City of Federal Way will provide ERGO heavy duty frames and covers, and Infra -Riser high impact rubber composite adjustment risers for specified manholes or catch basins. 1 END OF DIVISION 7 1 1 1 1 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -73 2018 1 DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-2 ROADSIDE RESTORATION 8-02.2 Materials , Section 8-02.2 is supplemented with the following: Materials shall meet the requirements of the following sections: Soil 9-14.1 Sod 9-14.6(8) 8-02.3 Construction Requirements 8-02.3(13) Plant Establishment ' Section 8-02.3(13) is supplemented with the following: (January 4, 2018) ' Plant establishment shall consist of insuring resumption and continued growth of all planted material including trees, shrubs, ground cover, lawn sod 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. 8-02.4 Measurement The first paragraph of Section 8-02.4 is revised as follows: (January 14, 2017) Sod Lawn, Incl. 4 in Topsoil will be measured per square yard. 8-02.5 Payment Section 8-02.5 is supplemented with the following: (January 14, 2017) "Sod Lawn, Incl. 4 in Topsoil"; per square yard. 8-04 CURB, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements Section 8-04.3 is supplemented with the following: The subgrade for curb and gutter sections shall be compacted to ninety-five (95%) percent ' density. A minimum of four (4) inches of CSTC, compacted to ninety-five (95%) percent density shall be placed under curb and gutter prior to installation. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -74 2018 The top of the finished concrete shall not deviate more than one-eighth inch (1/8") in ten feet (10') or the alignment one-fourth inch (1/4") in ten feet (10'). The existing concrete curb and gutter shall be removed in accordance with section 2- 02.3(3) which leaves a two (2) feet gap. This gap shall have its subgrade prepared and be paved with a minimum of four inches (4") CSTC and three inches (3") HMA Class 1/2" PG 64 -22 (compacted depths), or match existing depths whichever is greater. Total HMA overlay depth shall be 5" thickness minimum. See standard plans for details. Cement Conc. Curb and Gutter, Mountable Cement Concrete Curb and Cement Conc. Extruded Curb shall be removed and replaced as shown in the Plans or at designated locations as directed by the City. Cement Conc. Curb and Gutter at existing curb ramps shall be removed and replaced as shown in the Plans or at designated locations as directed by the City. Cement Conc. Curb forms shall not be removed any sooner than four (4) hours after concrete placement. Extra care shall be taken to protect existing traffic loops to remain, when removing and replacing pavement, curb and gutter. Any traffic loops damaged by the Contractor shall be replaced at the Contractor's expense. New Conc. Curb and Gutter shall conform to the details in the design Plans and Current WAC for Barrier Free Design. Mountable Cement Conc. Curb and Extruded Conc. Curb shall be placed no later than seven (7) calendar days after the final lift of paving has been completed in each Schedule where required. Mountable Cement Conc. Curb shall be painted with two full coats of paint formula No. H-2- 83 or H-3-83 as shown in the Plans or as designated by the Engineer. The paint can be applied by brush or spray. The second coat shall have glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear foot of curbing. The beads shall conform to the requirements of Section 9-34.4. 8-04.4 Measurement Section 8-04.4 is supplemented with the following: Cement Conc. Curb and Gutter will be measured per linear foot. Cement Conc. Extruded Curb will be measured per linear foot. Cement Conc. Mountable Curb will be measured per linear foot. City of Federal Way 2018 Asphalt Overlay Project Page SP -75 RFB # 18-001 2018 8-04.5 Payment Section 8-04.5 is supplemented with the following: "Cement Conc. Curb and Gutter", per linear foot. "Cement Conc. Extruded Curb"; per linear foot. "Cement Conc. Mountable Curb"; per linear foot. "Cement Conc. Curb and Gutter in front of Curb Ramp", incidental to Curb Ramp Type The unit contract price per linear foot for "Cement Conc. Curb and Gutter", "Cement Conc. Extruded Curb" and "Cement Conc. Mountable Curb" shall be full payment for all incidental work including excavation, removal, disposal, forms, preparation of subgrade, placement, backfill and compaction, HMA Class 1/2" PG 64 -22 and CSTC for pavement repair, and all other materials, tools, equipment, and labor required for the construction of same. 8-07 PRECAST TRAFFIC CURB 8-07.1 Description Section 8-07.1 is supplemented with the following: This work shall consists of removing, furnishing and replacing precast traffic curb, block traffic curb, sloped mountable curb, or dual faced sloped mountable curb of the design and type specified in the Plans in accordance with these Specifications and the Standard Plans in the locations indicated in the Plans or as staked by the Engineer. 8-07.3 Construction Requirements Section 8-07.3 is supplemented with the following: Where shown in the Plans or as directed by the Engineer, existing Type C Curb is to be removed and replaced with Precast Dual Faced Sloped Mountable Curb and Precast Sloped Mountable Curb. All Precast Dual Faced Sloped Mountable Curb and Precast Sloped Mountable Curb shall be placed no later than seven (7) calendar days after the final lift of paving has been completed in each Schedule where required. 8-07.4 Measurement Section 8-07.4 is supplemented with the following: Precast Dual Faced Sloped Mountable Curb will be measured per linear foot. Precast Sloped Mountable Curb will be measured per linear foot. 8-07.5 Payment Section 8-07.5 is supplemented with the following: "Precast Dual Faced Sloped Mountable Curb," per linear foot. "Precast Sloped Mountable Curb," per linear foot. The unit contract price per linear foot for "Precast Sloped Mountable Curb" and "Precast Dual Faced Sloped Mountable Curb" shall be full payment for all incidental work, including City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -76 2018 the removal and disposal of the existing curb, and pavement repair, and all other materials, tools, equipment, and labor required for the construction of same. 8-09 RAISED PAVEMENT MARKERS 8-09.2(1) Physical Properties New Section Section 8-09.2(1) is supplemented with the following: (March 13, 2012) Type 2 Raised Pavement Markers shall NOT be ceramic. 8-09.3 Construction Requirements Section 8-09.3 is supplemented with the following: (January 19, 2016 ******) RPMs shall be installed per City of Federal Way Standard Details. All Raised Pavement Markers shall be placed no later than seven (7) days after the final lift of paving has been completed in each Schedule where required, except in areas where 90 -mil methyl methacrylate materials have been used for pavement markings, in which case the Raised Pavement Markings shall be placed no later than twenty-one (21) days after the final lift of paving has been completed. 8-09.4 Measurement Measurement of markers will be by units of 100 for each type of marker furnished and set in place. 8-09.5 Payment Payment will be made for each of the following bid items that are included in the proposal: "Raised Pavement Marker Type 2", per hundred. "Hydrant Marker Type 2B", per each. 8-13 MONUMENT CASES (January 11, 2015******) 8-13.3(1) Adjusting Monument Cases New Section The existing cast iron ring and cover on monument cases shall be removed and replaced at the new finished elevation; frame ring extensions may not be used. Contractor shall submit catalog cuts of extensions for approval. Following monument case adjustment, the monument shall be verified for position by the City. If the monument has been displaced by the Contractor's operations, the Contractor shall at his own expense, remove and replace the case and reestablish the monument with a licensed professional surveyor. City of Federal Way 2018 Asphalt Overlay Project Page SP -77 RFB # 18-001 2018 1 1 8-13.4 Measurement 1 Section 8-13.4 is deleted and replaced by the following: Adjust Monument Case & Cover will be measured per each. I 8-13.5 Payment Payment will be made for each of the following bid items that are included in the proposal: 1 "Adjust Monument Case & Cover", per each. The unit contract price per each for "Adjust Monument Case & Cover" shall be full payment for I all incidental work, including all labor, materials, tools, and equipment necessary to satisfactorily complete the work as defined in these Special Provisions. 1 8-14 CEMENT CONCRETE SIDEWALKS 8-14.1 Description 1 Section 8-14.1 is supplemented with the following: Existing cement concrete sidewalks, driveway approaches, truncated dome retrofit and I existing curb ramps shall be removed and replaced at designated locations as directed by the City. New curb ramps and warning strips shall conform to the details on the design I plans and Current WAC for Barrier Free Design. If any section of sidewalk is damaged due to vandalism, such as writing, by vehicles or pedestrians, the entire section, between joints, shall be removed and replaced, at no cost to the City. 8-14.2 Materials Section 8-14.2 is supplemented with the following: Material requirements for sidewalks shall also be applied to driveway approaches and curb 1 ramps. 8-14.3 Construction Requirements Section 8-14.3 is supplemented with the following: The subgrade for sidewalks, driveway approaches, and curb ramps shall be compacted to ' ninety-five percent (95%) density. CSTC, compacted to ninety-five percent (95%) density shall be placed at the following 1 depths, under sidewalks, driveway approaches, curb ramps and curb and gutters prior to installation. Sidewalks two inches (2") Driveway Approaches four inches (4") City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -78 2018 1 1 Curb Ramps two inches (2") Curb and Gutters four inches (4") 8-14.3(5) Detectable Warning Surface Section 8-14.3(5) is supplemented with the following: ' MMA -Style Truncated Dome Detectable Warning Surfaces shall be liquid -applied Vanguard ADA Systems, or approved equal. ' 8-14.4 Measurement Section 8-14.4 is supplemented with the following: ' Cement Conc. Sidewalk will be measured per square yard. Cement Conc. Approach will be measured per square yard. ' Cement Conc. Curb Ramp Type 1 Parallel will be measured per each. Cement Conc. Curb Ramp Type 2 Parallel will be measured per each. Cement Conc. Curb Ramp Type 1 Perpendicular will be measured per each. ' Cement Conc. Curb Ramp Type Single Direction will be measured per each. MMA -Style Truncated Dome Detectable Warning Surface will be measured by the square foot. 1 8-14.5 Payment Section 8-14.5 is supplemented with the following: 1 "Cement Conc. Sidewalk'; per square yard. "Cement Conc. Approach", per square yard. "Cement Conc. Curb Ramp Type 1 Parallel" per each. "Cement Conc. Curb Ramp Type 2 Parallel" per each. "Cement Conc. Curb Ramp Type 1 Perpendicular", per each. ' "Cement Conc. Curb Ramp Type Single Direction`, per each. "MMA -Style Truncated Dome Detectable Warning Surface", per square foot. The unit contract price for the above, including all incidental work, and shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work. The unit contract price per each for "Cement Conc. Curb Ramp Type " shall include removal, haul, and disposal of existing concrete and installation of Truncated Dome Detectable Warning Surface. The unit contract price per square yard for "Cement Conc. Sidewalk" and "Cement Conc. Approach" shall include removal, haul and disposal of existing concrete. 1 1 City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -79 2018 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLINGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL 8-20.1 Description Section 8-20.1 is replaced with the following: All work shall be performed as shown in the Plans in accordance with applicable Standard Specifications and Standard Plans included herein and the following Special Provisions. Work shall include the supply, testing, and installation of loop detectors. The work involves, but shall not be limited to, the following: 1. Loop detection 2. Conduit and wire 3. Pedestrian Push Buttons The existing traffic signal system shall be kept in full operation during construction until the new system is in place and ready for turn -on. 8-20.1(1) Regulations and Code The first and second sentences of the first paragraph are deleted and replaced with the following: (March 13, 2012******) Where applicable, materials shall conform to the latest requirements of the Washington State Department of Labor and Industries and Puget Sound Energy. 8-20.1(2) Industry Codes and Standards (March 13, 2012******) The following is added at the end of the first paragraph of this section: National Electrical Safety Code (NESC), Secretary NESC, NESC Committee, IEEE Post Office Box 1331445 Hoes Lane, Piscataway, NJ 08855-1331. 8-20.2(1) Equipment List And Drawings The first paragraph is deleted and replaced with the following: (January 26, 2012 ******) Within one (1) week following the pre -construction conference, the Contractor shall submit to the Engineer a completed "Request for Approval of Materials" that describes the material proposed for use to fulfill the Plans and Specifications. Manufacturer's technical information shall be submitted for signal, electrical and luminaire equipment, all wire, conduit, junction boxes, and all other items to be used on the project. Approvals by the Engineer must be received before material will be allowed on the job site. Materials not approved will not be permitted on the job site. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -80 2018 8-20.3(2) Excavating and Backfilling Section 8-20.3(2) is supplemented with the following: (January 8, 2013 ******) The Contractor shall supply all trenching necessary for the complete and proper installation of the traffic signal system modifications. Trenching shall conform to the following: 1. In paved areas, edges of the trench shall be sawcut the full depth of the pavement and sawcuts shall be parallel. All trenches for placement of conduit shall be straight and as narrow in width as practical to provide a minimum of pavement disturbance. The existing pavement shall be removed in an approved manner. The trench bottom shall be graded to provide a uniform grade. 2. Trenches located under existing traveled ways shall provide a minimum of 24 inches cover over conduits and shall be backfilled with 21 inches of controlled density fill, vibrated in place, followed by either 3 inches minimum of HMA CI 1/2" PG 64 -22, or a surface matching the existing pavement section, whichever is greatest. The asphalt concrete surface cuts shall be given a tack coat of asphalt emulsion (CSS -1) or approved equal immediately before resurfacing, applied to the entire edge and full depth of the pavement cut. Immediately after compacting the new asphalt surface to conform to the adjacent paved surface, all joints between new and original pavement shall be filled with joint sealant meeting the requirements of Section 9- 04.2. 3. Trenches for Schedule 40 PVC conduits to be located under existing sidewalks and driveways shall be installed to conform with the City of Federal Way Luminaire Electrical Trench Detail. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with native material. If the Engineer determines that the native material is unsuitable, Gravel Borrow shall be used. Sidewalks and driveways shall be removed and replaced as specified. 4. Trenches for Schedule 40 PVC conduits to be located within the right-of-way and outside the traveled way shall have a minimum of twenty-four inches (24") cover over conduits. Such trenches shall be backfilled with bedding material two inches (2") above and below the conduit, with the remaining depth of trench backfilled with bank run gravel unless the Engineer determines that spoils from the trench excavation are suitable for backfill. 5. When trenches are not to be placed under sidewalks or driveways, the backfill shall match the elevation of the surrounding ground, including a matching depth of top soil, mulch, and/or sod if necessary to restore the trench area to its prior condition. 6. Contractor shall use joint trench where possible. City of Federal Way 2018 Asphalt Overlay Project Page SP -81 RFB # 18-001 2018 Backfill shall be carefully placed so that the backfilling operation will not disturb the conduit in any way. The backfill shall be thoroughly mechanically tamped in eight -inch (8") layers with each layer compacted to ninety-five percent (95%) of maximum density in traveled ways, and ninety percent (90%) of maximum density elsewhere at optimum soil moisture content. Bank run gravel for backfill shall conform to Section 2.01 of the Standard Specifications. Bedding material shall conform to Section 2.01 of the Standard Specifications. All trenches shall be properly signed and/or barricaded to prevent injury to the public. All traffic control devices to be installed or maintained in accordance with Part VI of the Manual on Uniform Traffic Control Devices for Streets and Highways, latest edition, and as specified elsewhere in these Specifications. All conduits installed by boring shall use a surface launched steerable drilling tool. Drilling shall be accomplished using a high-pressure fluid jet toolhead. The drilling fluid shall be used to maintain the stability of the tunnel, reduce drag on the conduit, and provide backfill between the conduit and tunnel. A guidance system which measures the depth, lateral position, and roll shall be used to guide the toolhead when creating the pilot hole. Once the pilot hold is established, a reamer and swivel shall be used to install the conduit. Reaming diameter shall not exceed 1.5 times the diameter of the conduit being installed. Conduit which is being pulled into the tunnel shall be protected and supported so that it moves freely and is not damaged during installation. Excess drilling fluid and spoils shall be disposed of off-site at a legal disposal site obtained and paid for by the Contractor. Drilling fluid returns (caused by fracturing of formation) at locations other than the entry and exit points shall be minimized. Any drilling fluid that surfaces through fracturing shall be cleaned up immediately. Mobile spoils removal equipment capable of quickly removing spoils from entry or exit pits and areas with returns caused by fracturing shall be used as necessary during drilling operations. 8-20.3(4) Foundations Section 8-20.3(4) is supplemented with the following: Foundations for the Pedestrian Push Button (PPB) Poles shall conform to the detail on the Plans. 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 thickness 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 lush with the sidewalk. A construction joint shall be provided between the two units. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -82 2018 8-20.3(5) Conduit Section 8-20.3(5) is supplemented with the following: (March 16, 2011 ******) All conduits for signal cable, illumination circuits, and interconnect systems under roadways and driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Schedule 40 PVC may be used when not under the roadway or driveways. All conduits shall have a minimum buried depth of twenty-four inches (24"). PVC conduct ends shall have bell end PVC bushings. All conduits for signal cable raceways under roadways or driveways shall be rigid galvanized steel or Schedule 80 polyvinyl chloride (PVC). Rigid steel or Schedule 80 PVC conduit shall be used for all road crossings whether they are signal, detector or illumination cable. Schedule 40 PVC conduits may be used for detector lead-ins or illumination. Whenever PVC conduit is used a ground wire shall be provided. All conduit trenches shall be straight and as narrow in width as is practical to provide a minimum of pavement disturbance. When conduit risers are installed, they shall be attached to the pole every 4 feet and shall be equipped with weather heads. Conduit for the service wires between the Puget Sound Energy pole and the service panel and all above ground conduit shall be hot -dip galvanized rigid steel. All conduits shall be clearly labeled at each junction box, handhole, vault or other utility appurtenance. Labeling shall be permanent and shall consist of the owner/type name and a unique conduit number or color. The owner name shall be approved by the Engineer prior to starting work. The recommended owner/type abbreviations are: PSE — Puget Sound Energy QWEST — Qwest COMCAST(AT&T)/C — Cable COMCAST(AT&T)/F — Fiber SIC — City Signal Interconnect City Spare — City spares Cobra — COBRA luminaire system Section 8-20.3(5) is supplemented with the following: (August 10, 2009 WSDOT NWR) Conduit Seal, Detectable Tape and Location Wire Upon installation of wiring, all conduits entering pad mounted cabinets, all conduit entering ITS hubs, and all ITS conduit 2 inches in diameter or larger shall be sealed with an approved mechanical plug at both ends of the conduit run. Installation of mechanical plugs shall conform to the manufacturer's recommendations. Upon installation of wiring at other City of Federal Way 2018 Asphalt Overlay Project Page SP -83 RFB # 18-001 2018 locations, conduit shall be sealed with duct seal. Upon installation of the pull string, spare conduit shall be plugged. A pull string rated for 200 lbs. or greater shall be installed in all spare conduits. Detectable underground warning tape shall be placed 12 -inches above all innerduct installed in trenches. Location 14 AWG stranded orange USE insulated wire shall be placed in conjunction with all innerduct installed in trenches. The location wire shall be placed directly above the conduit containing innerduct in single conduit installations or between the conduits containing innerduct in multiple conduit installations. Location wire routed into pull boxes or cable vaults shall be attached to the "C" channel or the cover hinge bracket with stainless steel bolts and straps. A 1 -foot loop of locate wire shall be provided above the channel as shown in the Plans. (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. Installed casing pipe shall be free from grease, dirt, rust, moisture and any other deleterious contaminants. 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: (March 13, 2012 ******) Unless otherwise noted in the Plans or approved by the Engineer, junction boxes, cable vaults and pull boxes shall not be placed within the traveled way or shoulders. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -84 2018 All junction boxes, cable vaults, and pull boxes placed within the traveled way or paved shoulders shall be heavy-duty. Junction boxes shall not be located within the traveled way, wheelchair ramps, or driveways, or interfere with any other previous or relocated installation. The lid of the junction box shall be flush with the surrounding area and be adequately supported by abutting pavements or soils. Junction boxes, cable vaults and pull boxes which are placed within the sidewalk shall have slip resistant lids which meet the requirements of Americans with Disabilities Act (ADA) and Public Right -of -Way Accessibility Guideline (PROWAG). Approved products are: 1.) 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 less than 0.6 and have a proven track record of outdoor application which lasts for at least 10 years. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final grade and location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. Adjustments involving raising or lowering the junction boxes shall require conduit modification if the resultant clearance between top of conduit and the junction box lid becomes less than 6 inches or more than 10 inches. 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- 01. Type 8 junction boxes shall meet the requirements of WSDOT Standard Plan J-40.30- 01. Junction boxes shall be inscribed based upon system per WSDOT Standard Plan ]- 40.30.01. Junction box lids and frames shall be grounded per Section 8-20.3(9). Junction boxes shall be located at the station and offset indicated in the Plans except that field adjustments may be made at the time of construction by the Engineer to better fit existing field conditions. Junction boxes for copper and/or fiber signal interconnect shall be placed at a maximum interval of 300 feet and shall be inscribed with "TS" as described on WSDOT Standard Plan J-40.30-01. Heavy-duty Type 4, 5 and 6 junction boxes, cable vaults and pull boxes shall be installed in accordance with the following: 1. Excavation and backfill shall be in accordance with Section 2-09. Excavation for junction boxes, cable vaults and pull boxes shall be sufficient to leave one foot in the clear between their outer surface and the earth bank. City of Federal Way 2018 Asphalt Overlay Project Page SP -85 RFB # 18-001 2018 2. Junction boxes, cable vaults and pull boxes shall be installed on a level 6 -inch layer of crushed surfacing top course, in accordance with 9-03.9(3), placed on a compacted or undisturbed foundation. The crushed surfacing shall be compacted in accordance with Section 2-09.3(1)E. 3. After installation, the lid/cover shall be kept bolted down during periods when work is not actively in progress at the junction box, cable vault or pull box. 4. Before closing the lid/cover, the lid/cover and the frame/ring shall be thoroughly brushed and cleaned of all debris. There shall be absolutely no visible dirt, sand or other foreign matter between the bearing surfaces. 5. When the lid/cover is closed for the final time, a liberal coating of anti37 seize compound shall be applied to the bolts and nuts and the lid shall be securely tightened. 6. Hinges on the Type 4, 5, and 6 junction boxes shall be located on the side of the box, which is nearest to adjacent shoulder. Hinges shall allow the lid to open 180 degrees. 8-20.3(8) Wiring Section 8-20.3(8) is modified as follows: (March 6, 2012 ******) The following is inserted between the 3rd and 4th paragraph of this section: Loop wires will be spliced to lead in wires at the junction box with an approved mastik tape, 3-M 06147 or equal, leaving 3 feet of loose wire. Connectors will be copper and sized for the wire. Mastik splice material will be centered on the wire and folded up around both sides and joined at the top. Splice will then be worked from the center outward to the ends. The ends will be visible and fully sealed around the wire. The end of the lead-in cables shall have the sheathing removed 8 inches and shall be dressed external to the splice. (March 6, 2012 ******) The 8th paragraph of this section is deleted and replaced with the following: Fused quick disconnect kits shall be of the SEC type or equivalent. Underground illumination splices shall be epoxy or underground service buss/lighting connector kits. Installation shall conform to details in the Standard Plans. Section 8-20.3(8) is supplemented with the following: (March 6, 2012 ******) Cable entering cabinets shall be neatly bundled and wrapped. Each wire shall bear the circuit number and be thoroughly tested before being connected to the appropriate terminal. Circuit conductors shall be standard copper wire in all conduit runs with size specified in the Plans. Conductors from luminaire bases to the luminaire fixture shall be minimum No. 14 AWG pole and bracket cable. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -86 2018 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. 8-20.3(9) Bonding and Grounding ' Section 8-20.3(9) is supplemented with the following: (March 13, 2012 ******) At points where shields of shielded conductors are grounded, the shields shall be neatly 1 wired and terminated on suitable grounding lugs. ' Junction box lids and frames shall be grounded in accordance with Department of Labor and Industries standards, and shall be grounded so that the ground will not break when the lid is removed and laid on the ground next to the junction box. 1 All conduits which are not galvanized steel shall have bonding wires between junction boxes. 1 Ground rods shall be copper clad steel, 3/4 -inch in diameter by 10 -feet long, connections shall be made with termite welds. At points where wiring shields of shielded conductors are grounded, the shields shall be neatly wired and terminated on suitable grounding lugs. 1 Section 8-20.3(9) is supplemented with the following: (August 21, 2006 WSDOT NWR) 1 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(14)C Induction Loop Vehicle Deitectors Section 8-20.3(14)C is modified as follows: ' (December 18, 2009 ******) Items 2 and the last two sentences of Item 4 are deleted. (December 18, 2009 ******) Item no. 5 of this section is deleted and replaced with the following: 5. Each loop shall have 3 turns of loop wire. (December 18, 2009 ******) Item no. 11 of this section is deleted and replaced with the following: City of Federal Way RFB # 18-001 ' 2018 Asphalt Overlay Project Page SP -87 2018 11. The detector loop sealant shall be a flexible traffic loop wire encapsulement. Encapsulement shall be designated to enable vehicular traffic to pass over the properly filled sawcut within five minutes after installation without cracking of material. The encapsulement shall form a surface skin allowing exposure to vehicular traffic within 30 minutes at 75 degrees F. and completely cure to a tough rubber -like consistency within two to seven days after installation. Properly installed and cured encapsulement shall exhibit resistance to defects of weather, vehicle abrasion, motor oil, gasoline, antifreeze solutions, brake fluid, deicing chemicals and salt normally encountered in such a manner that the performance of the vehicle detector loop wire is not adversely affected. Section 8-20.3(14)C is supplemented with the following: (January 31, 2012 ******) One -quarter -inch (1/4") saw cuts shall be cleared of debris with compressed air before installing three turns of loop wire. All detector loops shall be 6 -foot -diameter circle with diagonal mini -cut corners (no 90 degree corners) of not more than 1 -inch on the diagonal. From the loops to the junction box, the loop wires shall be twisted two turns per foot and labeled at the junction box in accordance with the loop schematics included in these Plans. A 3/8 -inch saw cut will be required for the twisted pair. No saw cut will be within 3 feet of any manhole or utility risers located in the street. Loops and lead-ins will not be installed in broken or fractured pavement. Where such pavement exists it will be replaced in kind with minimum 12 -foot sections. Loops will also not be sawed across transverse joints in the road. Loops to be placed in concrete will be located in full panels, a minimum 18 inches from any expansion joint. Existing Traffic Loops The Contractor shall notify the City of Federal Way Traffic Engineer a minimum of five working days in advance of pavement removal in the loop areas. If the Engineer suspects that damage to any loop, not identified in the Plans as being replaced, may have resulted from Contractor's operations, the Engineer may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to the Engineer. Loops that fail any of these tests shall be replaced. Loops that fail the tests, as described above, and are replaced shall be installed in accordance with current City of Federal Way design standards and Standard Plans, as determined by the Engineer. If traffic signal loops that fail the tests, as described above, are not replaced and operational within 48 hours, the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by the Engineer prior to installation. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -88 2018 8-20.3(14)D Test for Induction Loops and Lead-in Cable Section 8-20.3(14)D is supplemented with the following: (March 13, 2012 ******) Test A - The resistance shall not exceed values calculated using the given formula. Resistance per 1000 ft of 14 AWG, R = 3,26 ohms / 1000 ft R = 3.26 x distance of lead-in cable (ft) 1000 ft Test B and Test C in this section are deleted and replaced with the following: Meggar readings of the detection wire to ground shall read 200 megohms at the amplifier connection. The 200 megohms or more shall be maintained after the splices are tested by submerging them in detergent water for at least 24 hours. The tests will be conducted with County personnel at the request of the Contractor. All costs incurred to meet this minimum standard will be the responsibility of the Contractor. Section 8-20.3(14)D is supplemented with the following: (October 5, 2009 WSDOT NWR) Existing Lead-in Cable Test When new Induction loops are scheduled to be installed and spliced to an existing two - conductor shielded detector lead-in cable, the Contractor shall perform the following: 1. Disconnect the existing detector lead-in cable in the controller cabinet and at the loop splice. 2. Megger test both detector lead-in cable conductors. A resistance reading of less than 100 -megohms is considered a failure. 3. Detector lead-in cables that fail the test shall be replaced and then retested. 4. After final testing of the detector lead-in cable, the loop installation shall be completed and the loop system tested according to Tests A, C and D. 5. Connect the detector lead-in cables in the controller cabinet. (October 5, 2009 WSDOT NWR) Existing Loop Test When two -conductor shielded detector lead-in cable is scheduled to be installed and spliced to an existing loop, the Contractor shall perform the following: 1. Disconnect the existing loop from the detector lead-in splice. 2. Megger test the existing loop wire. A resistance reading of less than 100 -megohms is considered a failure. 3. Loops that fail the test shall be replaced and then retested. 4. After the final testing of the loops, the detector lead-in cable installation shall be completed and the loop system tested according to Tests A, C and D. City of Federal Way 2018 Asphalt Overlay Project Page SP -89 RFB # 18-001 2018 8-20.3(18) PEDESTRIAN PUSH BUTTONS 8-20.3(18) A Materials Section 8-20.3(18)A is supplemented with the following: The Pedestrian Push Button (PPB) system shall consist of the following components: 1. Foundation, including excavation, haul, and forms 2. Pole assembly and hardware 3. Push button assembly 4. Wiring and enclosures 8-20.3(18) B Construction Requirements Section 8-20.3(18)A is supplemented with the following: The Contractor shall provide and install accessible pedestrian push buttons as shown on the plans. The position of the pedestrian push buttons shall be aligned parallel to the direction of travel for the crosswalk which the push button is intended to serve; however, final positioning for the optimum effectiveness shall be approved by the Engineer. Push buttons shall be mounted to the poles by means of stainless steel bolts. All mountings shall be securely fastened as approved by the Engineer. Installation shall be per WSDOT Standard Plan J-20.26-01, J-20.15-03, and J-21.10-04. The sign legend to be used shall be sign designation R62e as shown in the Standard Details and shall be nine (9) inches by fifteen (15) inches. All mounting bolts shall be non -corrosive stainless steel. The pedestrian pushbutton housing shall be aluminum and shall be painted black. Unit(s) shall operate at a temperature range of -35C to 85C. Power requirements shall be 120 VAC, 60 Hz (100 ma, typical +/- 20%). 8-20.4 Measurement Section 8-20.4 is supplemented with the following: Pedestrian Push Button will be measured per each. Detector Loops will be measured per each. 8-20.5 Payment Section 8-20.5 is supplemented with the following: "Pedestrian Push Button", per each. "Detector Loop", per each. The contract bid price for the above, including all incidental work, and shall be full compensation for all labor, materials, tools, and equipment necessary to satisfactorily complete the work. City of Federal Way 2018 Asphalt Overlay Project Page SP -90 RFB # 18-001 2018 The unit contract price per each for "Pedestrian Push Button" shall be full compensation for full and complete installation including foundation, construction and restoration, acquisition and installation of pole, base and hardware, push-button, controller, wiring, battery, and signs on both sides such that the installed unit is fully operational per this specifications. The unit contract price for "Detector Loop" shall be full compensation for full and complete installation including wire, sealant and all other labor, materials, tools and equipment required to complete the installation in accordance with the Plans, specifications, and Standard Plans. The unit price shall also include providing and installing loop home runs, conduit stub -outs, and soldered splices. Sawcutting shall be considered incidental to the loop installation. Payment shall not be made for this item until the loop is fully functional as determined by the Engineer. 8-21 PERMANENT SIGNING 8-21.1 Description Section 8-21.1 is deleted and replaced with the following: (December 1, 2017 ******) This work shall consist of furnishing and installing permanent R9 -3A and R9 -3B L "No Crossing Use Crosswalk" signing in accordance with the Plans, Specifications, MUTCD, and the City of Federal Way Standard Details at the locations shown in the Plans or where designated by the Engineer. 8-21.2 Materials Section 8-21.2 is revised as follows: Sentence three is deleted and replaced with the following: (April 28, 2015 ******) Materials for sign mounting shall conform to Section 9-28-11. 8-21.3 Construction Requirements 8-21.3(1) Location of Signs Section 8-21.3(1) is replaced with the following: Signs are located in the plans by reference to a general stationary monument and shown an estimated distance for installation and placement. No survey stations are provided, but dimensions are shown. These are tentative locations, subject to change by the Engineer, and shall be field verified by the inspector prior to installations. Timber posts and break away pole lengths shall be per the plan details. Sign heights shall be per the plan details. City of Federal Way 2018 Asphalt Overlay Project Page SP -91 RFB # 18-001 2018 8-21.4 Measurement Section 8-21.4 is supplemented by the following: Measurement for R9 -3A and R9 -3B L Sign and Post shall be as follows: All signage to include R9 -3A and R9 -3B L Sign and Post shall be measured per each meeting all the requirements of these special provisions. Measurement will be for the sum total of all items including labor, materials, tools, and equipment necessary to furnish and install the complete assembly per the Plans and Details. Sign Removal and or Relocations shall be measured per each. Measurement will be for the sum total of all items including labor, materials, tools and equipment necessary to remove existing signs, posts and any bases and re -use, return to the owner signage, and dispose of posts and any bases as noted in the Plans. 8-21.5 Payment Section 8-21.5 is supplemented with the following: Payment will also be made under the following: "R9 -3A & R9 -3B L Sign and Post", per each. The unit contract price per each for "R9 -3A & R9 -3B L Sign and Post" will be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to furnishing, installing and/or removing all types of signs as shown in the Plans and returning to the Owner. SECTION 8-22, PAVEMENT MARKING 8-22.1 Description Section 8-22.1 is supplemented with the following: (December 18, 2009 ******) This work shall consist of furnishing and placing pavement markings upon the roadway surface for delineation at the locations shown in the Plans in accordance with WSDOT Standard Plan M-20.20-01, or as directed by the Engineer. All permanent pavement markings must be placed no later than seven (7) calendar days after the final lift of paving is completed, except 90 -mil methyl methacrylate materials, which must be placed not later than twenty-one (21) calendar days after the final lift of paving is completed. 8-22.2 Materials Section 8-22.2 Sentence #3 is deleted and replaced with the following: (October 23, 2014 ******) Glass beads for Type A plastic shall be as recommended by the manufacturer. Section 8-22.2 is supplemented with the following: (October 23, 2014 ******) Glass beads for Type D plastic and Bonded Core Elements shall be as shown in Section 9- 34.4. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -92 2018 8-22.3 Construction Requirements 8-22.3(3)E Installation Section 8-22.3(3)G is supplemented with the following: Profiled Methyl Methacrylate lines shall be installed per WSDOT Standard Plans M20.20-01. 8-22.3(3)G Glass Beads Section 8-22.3(3)G is supplemented with the following: (March 13, 2012 ******) Methyl Methacrylate Pavement Markings Glass beads shall be applied at a rate of eight (8) to ten (10) pounds per one hundred square feet. 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. 8-22.3(6) Removal of Pavement Markings Section 8-22.3(6) is supplemented with the following: (******) All pavement markings, including, but not limited to: paint, lane markers, traffic buttons, plastic markings, and adhesive residue shall be removed prior to overlay. This work shall be incidental to other bid items of the contract, and no separate payment will be made. 8-22.5 Payment Section 8-22.5 is deleted and replaced with the following: (December 13, 2012 ******) Payment will be made in accordance with Section 1-04.1 for each of the following Bid Items: "Paint Line", per linear foot. "Painted Bike Symbol", per each. "Painted Bike Lane Arrow", per each. "Profiled Plastic Line", per linear foot. "Plastic Edge Line", per linear foot. "Profiled Plastic Wide Line"; per linear foot. "Profiled Plastic Dotted Wide Line", per linear foot. "Plastic Crosswalk Line", per linear foot. "Plastic Stop Line", per linear foot. "Plastic Traffic Arrow", per each. "Plastic Shared Lane Marking", per each. The unit contract price for the above, including all incidental work, and shall be full compensation for the costs of all labor, tools, equipment, and materials necessary or incidental to removing all types of markings and disposing of offsite. The unit contract price for the above shall include removal and disposal of existing pavement marking materials. City of Federal Way 2018 Asphalt Overlay Project Page SP -93 RFB # 18-001 2018 8-23 TEMPORARY PAVEMENT MARKINGS Section 8-23 is supplemented with the following: 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. 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 in 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 2 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 and RPMs for temporary pavement markings shall be paid under "Paint Line" and "Raised Pavement Marker Type 2". Temporary pavement marking shall be per Section 5-04.3(17) of these Special Provisions. 8-30 CONSTRUCTION IDENTIFICATION SIGNS (******) Two (2) working days prior to the commencement of work, the Contractor shall furnish and erect two (2) Construction Identification Signs. The signs will be portable and placed at locations determined by the Engineer, to correspond to the areas in which the majority of work is being done, at that time. The signs shall be made from 3/4 -inch exterior grade plywood and conform to the Standard Plans in Appendix A. The signs shall be erected on suitable wooden posts and be maintained by the Contractor in a neat and presentable condition throughout the progress of the work. At project completion these signs shall be given to the Owner. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -94 2018 8-30.2 Payment All costs in connection with the furnishing, erection, maintaining, and removal of the signs shall be considered incidental to and included in the cost for the project and no separate payment shall be made for this item. END OF DIVISION 8 City of Federal Way 2018 Asphalt Overlay Project Page SP -95 RFB # 18-001 2018 DIVISION 9 MATERIALS 9-03 AGGREGATES 9-03.8(3)B Gradation -Recycled Asphalt Pavement and Mineral Aggregate Delete the reference to Section 9-03.8(6) in the paragraph of Section 9-03.8(3)B. 9-03.8(6) HMA Proportion of Materials Add the following paragraph: For the determination of a Project Mix Design, the Contractor shall submit to the Engineer's representative samples of the various aggregates to be used along with the gradation data showing stockpile averages and variation of the aggregate produced along with proposed combining ratios and average gradation of the completed mix. The initial asphalt content shall be determined by the Engineer from the aggregates and data provided. SECTION 9-28, SIGNING MATERIALS AND FABRICATION 9-28.1 General Section 9-21.2(1) is modified as follows: Paragraph three is deleted and replaced with the following: (January 8, 2013 ******) All regulatory (R series), school (S series), and warning (W and X series) signs, except for parking regulation, parking prohibition signing and signs of fluorescent yellow color shall be constructed with Type III Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This sheeting has a retro reflection rating of 250 candelas/foot candle/square foot for white -silver sheeting with a divergence angle of 0.2 degrees and an incidence angle of minus 4 degrees. This high intensity sheeting shall be Type III sheeting or greater. All street name (D-3) sign sheeting shall meet this specification. The reflectivity standard of supplemental plaques shall match that of the primary sign. All overhead signing, all regulatory (R series) of fluorescent yellow color and all school (S series) of florescent yellow color shall meet the specifications of Type IX Micro Prismatic Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard Specifications. This standard applies to all signs mounted above the roadway, on span wire or signal mast arms and all regulatory (R series) and school (S series) signs of fluorescent yellow color. The reflectivity standard of supplemental plaques shall match that of the primary sign. Motorist information and parking signing shall be constructed with Type I Glass Bead Retroreflective Element Material sheeting in accordance with Section 9-28.12 of the Standard City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -96 2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Specifications. The reflectivity standard of supplemental plaques shall match that of the primary sign. 9-28.2 Manufacturer's Identification and Date Section 9-28.2 is deleted and replaced with the following: (October 23, 2014 ******) All signs shall show the manufacturer's name and date of manufacture on the back. 9-28.8 Sheet Aluminum Signs Section 9-28.8 table is deleted and replaced with the following: (January 8, 2013 ******) Maximum Dimension Blank Thickness Less than 30 inches 0.080 inches Greater than 30 inches, less than 48 inches 0.100 inches Greater than 48 inches 0.125 inches Section 9-28.8 is supplemented with the following: (January 8, 2013 ******) All permanent signs shall be constructed from aluminum sign blanks unless otherwise approved by the Engineer. Sign -blank minimum thicknesses, based on maximum dimensions, shall be as follows: All D-3 street -name signs shall be constructed with 0.100 -inch -thick blanks. The Contractor shall install permanent signs which meet or exceed the minimum reflectivity standards. All sign face sheeting shall be applied to sign blanks with pressure sensitive adhesives. 9-28.9 Fiberglass Reinforced Plastic Signs Section 9-28.9 is deleted in its entirety. (December 18, 2009 ******) 9-28.14 Sign Support Structures Section 9-28.14 is supplemented with the following: (December 18, 2009 ******) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. City of Federal Way 2018 Asphalt Overlay Project Page SP -97 RFB # 18-001 2018 9-28.14(1) Timber Sign Posts Section 9-28.14(1) is supplemented with the following: (December 18, 2009 ******) All ground -mounted sign posts shall use pressure treated hem -fir wood posts unless approved otherwise by the Engineer. All wood posts shall be buried a minimum of 30 inches below the finished ground line. Post backfill shall be compacted at several levels to minimize settling. All posts shall be two-way plumb. 9-28.14(2) Steel Structures and Posts Section 9-28.14(2) is supplemented with the following: (December 18, 2009 ******) Unless otherwise noted on the plans or approved by the engineer, all sign posts shall be timber sign posts. Approved Manufacturers for Steel Sign Supports The Standard Plans lists several steel sign support types. These supports are patented devices and many are sole -source. All of the sign support types listed below are acceptable when shown in the plans. Steel Sign Support Type Type TP -A & TP -B Type PL, PL -T & PL -U Type AS Type AP Type ST 1, ST 2, ST 3, & ST 4 Type SB -1, SB -2, & SB -3 Manufacturer Transpo Industries, Inc. Northwest Pipe Co. Transpo Industries, Inc. Transpo Industries, Inc. Ultimate Highway Products, Allied Tube & Conduit, Inc., Northwest Pipe, Inc. Ultimate Highway Products, Xcessories Squared Development and Manufacturing Incorporated„ Northwest Pipe, Inc. SECTION 9-29, ILLUMINATION, SIGNAL, ELECTRICAL 9-29.1 Conduit, Innerduct, and Outerduct Section 9-29.1 is supplemented with the following: (June 5, 2000 WSDOT NWR) Conduit Coatings Conduit fittings for steel conduit shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings are not allowed. Steel conduit entering concrete shall be wrapped in 2 -inch -wide pipe wrap tape with a minimum 1 -inch overlap for 12 inches on each side of the concrete face. Pipe wrap tape shall be installed per the manufacturer's recommendations. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -98 2018 (October 23, 2014 ******) Fiber optic cable conduit shall be supplied as a system from a single manufacturer providing all of the conduit, all required fittings, termination and other installation accessories; all in accordance with the Contract Documents. 9-29.1(1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Section 9-29.1(1) is supplemented with the following: (August 10, 2009 WSDOT NWR) Conduit Sealing Mechanical plugs for cabinet conduit sealing shall be one of the following: 1. Tyco Electronics - TDUX 2. Jackmoon — Triplex Duct Plugs 3. O -Z Gedney — Conduit Sealing Bushings The mechanical plug shall withstand a minimum of 5 psi of pressure. 9-29.1(2) Rigid Metal Conduit Fittings and Appurtenances Section 9-29.1(2) is supplemented with the following: (August 10, 2009 WSDOT NWR) Conduit Coatings Electroplated couplings are not allowed. (March 4, 2009 WSDOT NWR)) Surface Mounting Conduit Attachment Components Channel supports and all fastening hardware components shall be Type 304 stainless steel. (March 15, 2012 ******) 9-29.2(5) Fiber Vaults New Section Where fiber vaults are called for on the Drawings, the Contractor shall provide pre -cast utility vaults meeting ASTM C 478 with twenty-eight (28) day 5500 psi minimum compressive strength concrete and designed for H-20 loading unless otherwise indicated on the Drawings. The fiber vaults are to be provided with a racking hardware package for cable storage and mounting of the splice case. The vault cover shall have a bolt -down, non-skid surface and a ground strap. Fiber vaults shall contain a splice enclosure. Fiber Optic Splice Closure shall be a Coyote Closure manufactured by Preformed Line Products or equivalent, shall be suitable for both vault and aerial applications, and shall meet the following requirements: 1. Be made of two injection -molded high-density thermoplastic shells, be 22 inches in length and 6 inches in diameter, and have capacity to store up to four splice trays. City of Federal Way 2018 Asphalt Overlay Project Page SP -99 RFB # 18-001 2018 2. Each splice case shall have two end plates; one end plate shall have no ports, the other endplate shall consist of a three section end plate with six ports - two 3/4 -inch ports and four 7/8 -inch ports. Each unused port shall have a grommet installed. The end plates shall be durable glass -filled high-density thermoplastic shells. 3. The splice enclosure shall be suitable for outdoor applications with a temperature range of -10°C to 60°C. 4. The splice enclosure shall provide sufficient space to allow entry of fiber optic cable without exceeding the cable minimum bending radius. 5. The enclosure shall protect the splices from moisture and mechanical damage and shall be resistant to corrosion. 6. The enclosure shall be waterproof, re -enterable and shall have a neoprene gasket sealing system to prevent water from entering. 7. The enclosure shall permit selective splicing to allow one or more fibers to be cut and spliced without disrupting other fibers. 8. The enclosure shall have strain relief for the cable to prevent accidental tension from disturbing the splices. 9. Each splice tray will be able to store 36 splices securely. Each splice shall be individually mounted and mechanically protected on the splice tray. Vinyl markers shall be supplied to identify each fiber spliced within the enclosure. 9-29.3 Fiber Optic Cable, Electrical Conductors and Cable Section 9-29.3 is supplemented with the following: (December 13, 2012 ******) Video cable from the camera (sensor) to the controller cabinet shall conform to the video detection manufactures recommendations. 9-29.3(2)F Detector Loop Wire Section 9-29.3(2)F is deleted and replaced with the following: (October 5, 2009 WSDOT NWR) Detector Loop Wire Detector loop wire shall use 14 AWG stranded copper conductors, and shall conform to IMSA Specification 51-7, with cross-linked polyethylene (XLPE) insulation encased in a polyethylene outer jacket (PE tube). 9-29.3(2)H Three -Conductor Shielded Cable Section 9-29.3(2)H is supplemented with the following: (March 13, 2012 ******) Lead-in cable back to the controller for pre-emtion units shall be 6TT detector 138 cable or equivalent. City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -100 2018 (October 23, 2014 ******) 9-29.3(2)I Twisted Pair Communications Cable Section 9-29.3(2)I is deleted in its entirety. See Section 8-20.3(8)A. (May 31, 2012 ******) Pole Foundations: Shall be as indicated on the plans. Sign Poles, Bases, and Caps: Sign poles shall be 4" — 8 NPT Schedule 40, galvanized steel meeting the following minimum requirements: Standard 4" Sch 40 ASTM A53 Grade B ERW Tensile Strength, KSI 60 Yield Strength, KSI 35 Weight Per Foot 10.79 Ib. Standard Wall Thickness 0.237" Outside Diameter 4.5" Threading and deburring of the Pedestal Pole shall be in accordance with the basic dimensions of American National Standard Taper Pipe Threads, NPT (ANSI B1.2). The pole shall be pre -galvanized or galvanized after fabrication meeting the requirements below: 1. Pre -Galvanized: Pipe shall have clean square saw cuts and free of burrs. After threading threads shall be sprayed with a rust -protective zinc -rich coating. Galvanizing shall be a minimum of 1.6 oz./ft.2. 2. Galvanized After Fabrication: Pipe shall have clean square saw cuts and free of burrs. Pole shall be hot dipped galvanized to comply with ASTM A-123 with a minimum of 1.6 oz./ft2 after fabrication. Threads shall be heated and brushed to remove excess zinc. 3. MILL CERTIFICATION: Mill test reports to be maintained and supplied on request. PACKAGING: Threaded end shall have protective cap to prevent thread damage. Cardboard sleeve shall cover the entire length of shaft to protect surface finish during storage and shipment. Pole caps shall be Dome Type, aluminum, fitting a 4 1/2 -inch OD pole, with a stainless steel set screw, sq hd, 1/4"-20 X 1/2 ". The pole base shall be square aluminum pedestal base with aluminum door meeting the following minimum requirements: 1. Square cast aluminum with natural finish, minimum weight of 21 lbs. with dimensions as shown in the Figure below. City of Federal Way 2018 Asphalt Overlay Project RFB # 18-001 2018 2. Upper end shall be threaded to receive a 4" NPT pipe shaft. Base threads shall be tapped to allow full pole engagement w/o exposed threads on the pole. 3. Shall be of such design that it may be fastened to a foundation with four (4) 3/4" anchor bolts located 90 degrees apart on the bottom of the base. 4. There shall be slots in the bottom of the base 11/2" wide and 21/2" long measured along the circumference of the bolt circle, allowing a proper fit even if the bolts are placed slightly off center. 5. Shall accommodate bolt circles of a minimum of 12" through a maximum of 141/2" and anchor bolts with a minimum of 5/8" through 1" diameter. 6. Shall be equipped with a removable aluminum door. Door opening shall be free of burrs and sharp edges and be no less than 81/2" square. The door shall be attached to the base using one stainless steel socket button head screw to prevent unauthorized entry. 7. Shall be fabricated free of voids, pits, dents, molding sand and excessive foundry grinding marks. All design radii shall be smooth and intact. Exterior surface finish shall be smooth and cosmetically acceptable by being free of molding fins, cracks and other exterior blemishes. 8. Shall be fabricated from new aluminum ingot. No scrap materials shall be used. Minimum requirements as follows: a. Aluminum Alloy 319 Elongation (% in 2") 2 b. Tensile Strength, KSI 27 Brinell Hardness 70-100 c. Yield Strength,KSI 18 FRANGIBILITY: The base shall meet or exceed 1985 AASHTO breakaway requirements. Test reports from an FHWA approved independent laboratory shall be provided certifying that the base has been tested and meets all applicable requirements. In addition, a statement of certification from the FHWA stating such tests have been accepted and approved shall be supplied. STRUCTURAL INTEGRITY: In order to prove structural soundness a certification from a recognized independent structural laboratory shall be provided certifying that the base will withstand a bending moment of 10,750 ft. lbs. Such test shall be performed in the following manner: 1. A force shall be applied at a distance from the bottom of the base in order to produce a moment. All bases must reach a moment capacity of 10,750 ft. lbs. without breaking, cracking or rupturing in any manner. 2. After force has been removed, the lever arm shall return to within .250" of its original rest position. 3. All tests shall be made using 4" schedule 40 Steel Pipe. A reinforcing collar shall be installed at the top of the pole base in accordance with manufacturers' instructions. The collar shall be a three segment assembly designed to retrofit onto an existing square cast aluminum or iron pedestal base. The collar shall meet the following minimum requirements: City of Federal Way RFB # 18-001 2018 Asphalt Overlay Project Page SP -102 2018 MATERIAL: Reinforcing collar shall be three-piece cast aluminum with the minimum requirements: Aluminum Alloy 713 Tensile Strength, KSI 32 Yield Strength, KSI 22 Elongation (% in 2") 3 Brinell Hardness 70 Minimum Wall Thickness 5/8" Minimum Overall Height 4-3/8" INSTALLATION: The collar shall be clamped around the top of a pedestal base by the use of two (2) 5/16" Socket Head Bolts per segment (Figure 1). Each segment shall have a 5/16" pilot hole for drilling through base. A 5/16" x 3/4" Roll Pin shall be driven through the collar into the base until flush to prevent the collar from walking up the base. HARDWARE: (6) 5/16"-18 x 11/2" Socket Head Capscrews (3) 5/16" Dia. x 3/4" Roll Pins FINISH: Collar Segment: Alodine 1200 FASTENERS: Zinc w/ Yellow Di -Chromate In addition to meeting the above requirements, all poles, bases, collars, caps and related hardware shall be fully interchangeable with the following items manufactured by Pelco Products, Inc., Edmond, Oklahoma, such that any individual component can be replaced without requiring replacement of the entire system: • Pedestal pole, Model No PB -5200 • Square Base Assembly, Model No PB -5334 • Pole Cap, Model No PB -5402 • Pole & Base Collar Assembly, Model No PB -5325 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. City of Federal Way 2018 Asphalt Overlay Project Page SP -103 RFB # 18-001 2018 9-34.4 Glass Beads for Pavement Marking Materials Section 9-34.4 is supplemented with the following: (March 13, 2012 ******) Methyl Methacrylate Pavement Markings Optics Glass Beads Surface -drop glass 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 pacified 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. City of Federal Way 2018 Asphalt Overlay Project Page SP -104 2018 RFB # 18-001 1 1 1 1 1 1 1 1 1 1 1 1 1 1 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 bonded core elements are surface treated to optimize embedment and adhesion to the MMA binder. Elements treated for use with MMA shall have identification on packaging or label to indicate use with the MMA binder. Bonded core elements shall be applied at a rate of ten (10) grams per four (4) inch wide by one (1) linear foot of marking. Reflectance Typical initial retro reflectance values are shown in the Table below. Typical retro reflectivity is averaged over many readings. Minimum Retro reflectivity results represent average performance for smooth pavement surfaces. Values represent both standard and "S" Series elements. Results may vary due to differences in pavement type and surface roughness. Increased element drop rate may be necessary to compensate for increased surface area characteristic of rough pavement surfaces. The initial retro reflectance of a single installation shall be the average value determined by the measurement procedures outlined in ASTM E 1710, using a 30 -meter (98.4 feet) retro-reflectometer. RL shall be expressed in units of millicandelas per square foot per foot-candle [mcd(ft-2)(fc-1)]. The optics incorporated into the pavement marking system shall be tested and certified by an independent laboratory to meet ASTM E2177 for wet -recovery and ASTM E2176 for wet - continuous performance levels. The pavement marking system installed shall meet a minimum Dry reflectance value of 700 MCD/M2/LX for white pavement markings and 500 MCD/M2/LX for yellow pavement markings and wet -recovery (as described by ASTM 2177) reflectance value of 375 MCD/M2/LX for white pavement markings and 280 MCD/M2/LX for yellow pavement markings, and wet -continuous (as described by ASTM 2176 testing) reflectance values of 150 MCD/M2/LX for white pavement markings and 125 MCD/M2/LX for yellow pavement markings as measured with a 30 meter device approved by the Traffic Engineering Division (TED). 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 2018 Asphalt Overlay Project Page SP -105 RFB # 18-001 2018 APPENDIX A STANDARD PLANS AND DETAILS O 0r 0 5 0 j 0w a� O N N N 1-• • N AVM3niao ao dWV8 88 no I I I I I I I I I I T 0 (V w I- 1) Z a' W x z W < W W F O Z O Z Vt 0 z CO 0 Z a w CL j W W d 5 O Z Ow U Z J Df• < o 1 W O 0 O 0 2 Vf ce} 00 0U a 0 Cc 0 O W W W W = �W�pw ,I-0 Dix 2- x I x I x0(/) <WW OW 1 �oc� � U U3a OZ �w O ao� atom of < I az 002< 90 NN Y IaIW W 'J COW 0 \< J M K F.. < m I- 2 j � m w ")x< Q. .10o zW Mx 0 w I- 1- W0 UOo CL W0 C0w<e VIp� �2 0W J <O J Z W Z x V) O Y O b 2 1 < I- _J V) F- I- a < co U w O N J V) V) W V1 V1 Z ate' N W 7c t = 0 Z W Q M 0w? uWzo Nw~ ?- Ow 2< • � U0I- U xi_ I-< UU I- I - ,.._ J< z J 0 <~ I- V t Z 2 O 5a0 oa0, viz z< Da x ,W� 7WW z00W.) 0W WY z CO 0 J 0m0m ' 0 viol oma 0... Qxo Z<x< Z OO V1 <zO S- Orn aV)Z aV)�O mow- M 1-2 CL V/ N0 x Zx W<< W a J v . Q I- J J Z V) w a W < 2 W W� 2W3�� Xv3a Ow¢ <wa w< < W W W W- H < W I - a0 <0Jw ,..0 OW gx <o 2 • � 20. c41 I (11 0 ')V1 N v 2 w ..6 2‹ 60 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED. CC 1- 1- 0 O 0 Qo r m0I v Z M CC W UV10 La 3 aW Y x� W� >- ~- a(jJ - 0W <-) Q 2a Oww tr) 000 Z wW W - Ow 030 e at a n1- O co m 1- 2 0 oz Z Y a • <1,2 I W 0 1VI ▪ ZOz La Owa0 1 W m 2 -1� ▪ mwU Nw 1 /4" 'V' -GROOVE x O Z Q z O ONS Z 0 W V) <O Z aCW w U V) BROOMED FINISH I,J CX WI Z0 z< wm w0 U U x 0 ZY Q 2Q O � M 2 OZZ W Na0 ZmCLIXLUZ X U W REV FEB 2017 1 /4" 'V'-GROO V) 1— Z N� Z CO I.L LL V Z Q LLI J CO Z W Q U) O ▪ Z 3t 4 N U , O 0 N O 2 0 ce 00 ce Z W Ua- O O•� tsJJ- AVM 0313AVMl 3O 3003 NCRETE CURBS F— z I 1 l— z z 0 O W ' W z O U 20 * NOTE: TOP OF LIP AT DRIVEWAYS. NEW CEMENT CONCRETE CURB & GUTTER TYPE 'C' BLOCK TRAFFIC CURB NOTES: 1. SEE DWG. 3-3 FOR JOINT REOUIREMENTS. 2. ROLL GUTTER TO MATCH POSITIVE SUPERELEVATION. 3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT. NT CONCRETE BARRIER CUR W REV: FEB 2011 io i 3 cc * TOP OF LIP AT DRIVEWAYS 1 IN PRIVATE PARKING AREAS CEMENT CONCRETE CURB & GUTTER REPLACEMENT I APRIL 2012 U CO 0 a_3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 v 3 0 0 k en » k OUTSIDE RADIUS BLOCK INSIDE RADIUS BLOCK ▪ rg ■ 0\ 0� IMO & ■ STANDARD PLAN F-10.62-02 SHEET 2 OF 2 SHEETS ISOMETRIC VIEWS CURB RADIUS TABLE §0 ■ 6 b,§ k k ° to- k , k , k- , ® " k- ; m USE TANGENT BLOCK SEE SHEET 1 I §• w- —> - z- b k k k k§) k k $- § " k , ! , f , -k k |9 °2 a 2 - 4, f- , 11' TO 13' \ 18' TO 17'...- 18' TO 22' % I35' TO 48' ( % SHS TIIB :AB p %y Ia D. 0 INSIDE CORNER BLOCK J o 0 9 z zt > a. 0 OUTSIDE CORNER BLOCK IW (IN) RADIUS BLOCK INSIDE COR OUTSIDE CORNER BLOCK SHEET 1 OF 2 SHEETS ISOMETRIC VIEWS 0 r > a.0 0 30" RADIUS BLOCK 18" RADIUS BLOCK RIGHT-OF-WAY LINE TING STRIP, IF ANY. SEE CURB DETAIL DRAWING 3-4 2 0 S 1 3 O F z U w • O2 O 1- Q ▪ N } V O 1.- ,o 2 U W IL y W !Y Q Q J Q (/ m Q J cc - J Z O Q Q Y M 2 OD &wSW Z J/�O WWO tri W a N Q W N 3 13 Z�'tn= 0 vv - a 3 cca w W a W O ¢ O 1 Z „› ""i yO OZ I= -OW Q� J W U W QWa s K=0,_p OU VHN Q W W o~ M O mo W Z W W Z - O Q O Z< Z OU 0 0 U tr Q U O 2¢ 2¢ w 2 2 OWQOX W WW U CO u-10 W Vt U U OR GREATER. h CEMENT CONCRETE DRIVEWAY 8" THICK• •, EXPANSION JOINT FULL DEPTH EXPANSION JOINT IF DRIVEWAY WIDTH IS • BASED ON TYPE OF EXPECTED VEHICLE USE SECTION A -A REV. FEBRUARY 2014 IGHT-OF-WAY LINE 0 0 3 0_i TING STRIP, IF ANY SEE CURB DETAIL DRAWING 3-4 3e 0 w La > LJ CC 6 0 Z , Q UJ < wW wtn 11 m j >-I-- w a a>z ¢L 0 ,f)��a > O O < Z a� �wI } Q 1a- Q F -J O 0 2War7 Li r0 > O 2 d F- J W to t''1 cc U - O 0� to 0 m< 32c Z W N 2 a. } 0> La t? 0 3 < o IS VI } 0 > >- J N w0_ 3< 0w fri ~ >Ct Jt0NO Crw o� 000p3 O to ~L�z I 3 a 0W ° ¢\2 WI La W O J Z _, Z Z H a 0 CC U NO i0CL1- 0 \ w Z Q Z w W X M W Q W 5 2° ,--,o W O O U w U I_ 1- 0 �0 z 0OJz D� Q U 0 U <, 3vlw V¢)0 o N z 7 N 0 -J U 0 z MW o Ia- N zM F U 3W 00 W W Q 0 U 0w r w to 0 W J W J Z 2 �2 0 w� -J Z W 0 Q 0 W X 00 a 2O 0^ �z 2 Q 1- DETAIL DRAWING 3-4 0� W U 7z Z I- oz w� M < (110 1- Lr) 01- 0 3 ll CL 0 QO )- CO < C 3 N ULa O U SEC. 3.2.13 AND ww WI La U U Z O O zz ww w �2 W W to U U OR GREATER. u) to DRIVEWAY WIDTH FULL DEPTH EXPANSION DRIVEWAY GRADE z w U 2 Q U 2 2 O SEE SECTION 3.2.13 a 0 N Laa 1- 2 0 1- 0 0 0 Z N Q } ce Lr) a 5 CC I- O w M 111 Ct w0 0 CC0 ui l0 N cO SECTION A -A REV. FEBRUARY 2014 U N J Y m O a3 S3I VA ek 11 1 _ 0- 2 2 Z Nt ¢ ¢ U Z O J w CO Z < Q' Z V OLI U 0 V)0 O (._< 1 O < 0 N 0 6 - Kw O ww- 5� v ad.*.e- Nz Z �� Q0 N ZZ ¢z O �� �_ aW 00 < i� w� =2 3 Y zo o� ma �o w ow o Jm a0 0 Om 3 J< w. Z w O a Z <� W Z O r -U < O N Y< 0 ; O J a' < w N Na FON U I- w o w4 w < < ZOW4.1 Z go wz Z O �UN D ZerW a w Luce' -.- zee COLa 2 < Zw O << W J Z J a N 003 U J r Y a U ui U W mz vi0 4.1=icr (n"7 N Z_(0 I -a 0� =1a U� U= 00 0 3NO C 2 cn z 0 1— U 0 5j W cc U S3I VA ek 11 1 _ 0- 2 2 Z Nt ¢ ¢ U Z O J w CO Z < Q' Z V OLI U 0 V)0 O (._< 1 O < 0 N 0 6 - Kw O ww- 5� v ad.*.e- Nz Z �� Q0 N ZZ ¢z O �� �_ aW 00 < i� w� =2 3 Y zo o� ma �o w ow o Jm a0 0 Om 3 J< w. Z w O a Z <� W Z O r -U < O N Y< 0 ; O J a' < w N Na FON U I- w o w4 w < < ZOW4.1 Z go wz Z O �UN D ZerW a w Luce' -.- zee COLa 2 < Zw O << W J Z J a N 003 U J r Y a U ui U W mz vi0 4.1=icr (n"7 N Z_(0 I -a 0� =1a U� U= 00 0 3NO C 2 cn z 0 1— U 0 5j W cc U z i 0 O O v 8i N O 0 d U W LL 0 zcc O � W Din N in SCe CURB AND GUTTER NIVM S021O Q7-6 4111111111:4111: ik! Q h li a 02 lkik. Z OCO LOCO CC 0 lPiri OZHma~Zm Wi❑dUo uj 11 o W W1- Zy a SIDEWALI y ISOMETRIC VIEW w 1- 0 z w wz cew a 5-F_ 3 w wz 0 ww >0 w?W0 Lu 0 U0 OaOw ar w� ?0wZ Z w Q=. >�Dm OCCO CO H LU 1- rI-O72w W 00 01-zI-w mZO co wiz U) 0cep ZwW01 H w Z Z- Z Z-1 Zig mwo .0 -)u)0 �wZ< uioa nxw2m Zz2 -0 0 Q 0 oQ-w 2WLL=_q QQS mJWI--m J d'F- mam 0 m HMO :�5z}: UW O z0CC wWOOaw SIgIIJa= I- I- u) Q I- z- ZL a < ❑ M < ,00 V) L' Z <4v > J Q wLL Z J I_ K �a N o a a W O a N a 00 Occ EXPANSION JOINT ww¢ WOW W z 003 cc W 00 woe OU REV. JAN 2013 . 0 �— p• M 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 TRUNCATED DOMES rZ Zd Ncc See Sm <7 R' U 3 0 Jl X C o=0 NVHLO1M� MlVM3O15 s } z www N 5t— O mz So w w>o c,zvia 86 inLJ0 �a ZUNC� w< J�QZW �f 6 um QOWZm = NaN�a N~ WO WW w W o 0 xO O0.r�FN 1 O ,p0 U4z�< < 1-u < Zz�,W WIJi 0 - ZZ ZOZJV, o Q v -,N0 .LJ0 w O I X Z 2 m --2 OWW Xi --3 Q ~Z2 <0 O2 <<mCc 2=>_; t -N ofem ,w0 wQ-0 CZw1- QQW d'JWSW =W , CLM mam wt._ WMzz /-20 7<-Z7 ZOr Ucawa JU M ww0 a w w 0LX< ��Nxxmax 000 a� sg z — N g 03 'a EXPANSION JOINT W =3 8 Z 5 W V 0 LL UV) CD CX J Y a3 000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 d zA- M 0 m ce m 0 J Q 0 1— cc w > Z CURB RAMP 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 3" Shit (TYp•I Si PI C Cement Conc. Barrier Curb See Detail A, below (TyP.) • (TYp•) Cement Conc. Barrier Curb • 0.35' ± Saw cut 'Match Line' (TYp•) Sidewalk Planter b/Gutter Dummy Joint DETECTABLE WARNING PATTERN (SEE DETAIL) R = 1" NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO TYPE 2 , EXCEPT THEY DO NOT INCLUDE THE BARRIER CURB. Top of Curb Flush with Outside Edge of Sidewalk .-51/2" R= 1/2" 16' 7 3/4" Detail A - Concrete Barrier Curb PUBLIC WORKS '�°'Way DEPARTMENT Fecier��1 CUR3RAMP WITH SIDEWALK AND PLANTER DWG. NO. ,., ..�...� ler \ ., ' %.-11''' kej��' �p4,� dewalk 12:1 t O N 12:1 4`iP; ante •e.4;L` 00000000000000000000000000 0000000o000000000000000o000000 2 ' urb/Gutter Cu Dummy Jointt Center of Wheel Chair Ramp as Marked in Field.g DETECTABLE WARNING PATTERN (SEE DETAIL) Min. \ OS' kAriv Cement Conc. Barrier Curb • 0.35' ± Saw cut 'Match Line' (TYp•) Sidewalk Planter b/Gutter Dummy Joint DETECTABLE WARNING PATTERN (SEE DETAIL) R = 1" NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO TYPE 2 , EXCEPT THEY DO NOT INCLUDE THE BARRIER CURB. Top of Curb Flush with Outside Edge of Sidewalk .-51/2" R= 1/2" 16' 7 3/4" Detail A - Concrete Barrier Curb PUBLIC WORKS '�°'Way DEPARTMENT Fecier��1 CUR3RAMP WITH SIDEWALK AND PLANTER DWG. NO. Cement Conc. Barrier Curb See Detail A, below 3" Shiner (TYp.) (TYP.) 6' (TYp ) 6' Ram-- (TYp•) - 4" "Western Groove" (TYp•) Sidewalk Curb/Gutter 12:1 Center of Wheel Chair Ramp as Marked in Field. N )4 00000000000000000 00000000000000000 00000000000000000 00000000000000000 12:1 2' 18' Min. Saw cut 'Match Line' (TYp•) Sidewalk Curb/Gutter Distance will vary Dummy Joint (TYp.) DETECTABLE WARNING PATTERN (SEE DETAIL) Cement Conc. Barrier Curb 25' Max. 0.35' ± DETECTABLE WARNING PATTERN (SEE DETAIL) R = 1" NOTE: CONCRETE BARRRIER CURB TO BE ONLY USED IN RAMPS NOTED IN PLANS AS TYPE 2. TYPE 1 RAMPS ARE IDENTICAL TO TYPE 2 , EXCEPT THEY DO NOT INCLUDE THE BARRIER CURB. Top of Curb Flush with Outside Edge of Sidewalk F-5 1 /2" Detail A - Concrete Barrier Curb ���� PUBLIC WORKS Federap DEPARTMENT CU3 ANS WITH SIDEWALK C \o Planter) DWG. NO. 13 m w ra13 m3 m m❑�lu 1- E 3 c a v .e U t d 't fn OI V m U l m m O.�L,m tri❑ .0 M-.°" 0 o m D N m Dm O a U rJE m O C C o 8z2m8c o. nmmy �m a W ❑ £ - -13 ° m ° m W 03 W 5 �nmQ❑13 m aDw m 13 c0a-7E �� CAC O`er m 7❑ W W 13 m O) m , c c15Np2 m 1388 cot C o Q3a cm .08...00o8 ; . W m 0 g; m•r° _o om o_ v m 1-z>3m1,n r. t`! The rows of truncated domes shall be aligned to be parallel to the direction of travel. See Standard Plans for sidewalk and curb ramp details th O 4 )0 n W f N Q m 0 0 a w� m U 0 W W 6 Z f 0 t.) W a -- WIDTH OF CUT - 2 t7 0 O 1- 1- 2 Z -J 11)) 0(441 z -,w Zao O W W WOW a y m � H7 U m W a Z wi- O W :Ai mo 1 OERN g gm NV358 c NI 30V2RJ O i 5 O 1130011 N2134 :) 9 NMV210 2 m 0 U w tCO J Z mW U 0 z w a z a o a g3 SHARED -USE PATH CONNECTION PLACEMENT GUIDELINES PEDESTRIAN RAILROAD CROSSING V= LL Ow a7 um ° iZz U O N XV389 30V210 R 0 U 2 60 ON 11 0 LLA _ di' e:F a>>7 FLL :friget zrc 0O 0,2 XwW WY 1411 a.1 N ZN K� 20 U� z w U U8 tw W 2▪ ' P O U wo w0 Ua 0) 0 z VT (IN) R. (TYP.) t! 0 • �N N0 CJ Y F W W o z`4 T. y 0w a) .2aY D7 `0G2N0 U gT (00))0„, 0.2 a)uy><°m at ai 2. � a) 02'0 c rip El 8 a- v m O _ C y C m m o o d C d 0 N U Q ..6 �aa—oo c ▪ m 5 a ,ENE co c 3 c ��� ao m N m 6 c v E a> civo yU,TCEEf v g O y N OIC y O.Q r co NO)C W a) ap 0GC N ;o E N c m c )0' Wy r C C t `a = 143°58;' 7'2 0Nd .‘,73o m tor°o�§Ega a y d a y 0r1 007 0§ ; 00 mn m°))mcma� iU � c c N . 31 ce 2 2 1 0 3 0 is 0) 5 W Z • } a ~ 0 wa LL ci z 0 0 W Ol '';'\)\'' 40\ F .4\ J) YR N `z� U rC Z 200 o0• N `q $ O Q U= 0, N ccL, 1130011 NL13. :AE NAAV210 W > a 0 VI 1.4 •• U 0 U • ta III III III SSS III II 1 2" CRUSHED SURFACING TOP COURSE PLANTER STRIP N >> AS REQUIRED x z H W O w 1- > W O 1- O Z J -J N Lo= O 0 d Z .....CD CD x 1- O \ 0 N ..\ 00 0 o Ow d 0 � Z 1 1-- z J 0 3c 4 -Zr ceLj O J W W m N N xl ° 0 v o M 0 in t cn La! O - c W M O0> ap V '01 o `/ z z_ d d z (1' J 0 .. O 0 M = d NY �n N O ct Z d M d m Y W I- LSA J W Z Z 0/X d = O 0 0 W U J Nd O Z Ce O w W O w�Q t,i 3< C c SPEC. 8-14. CONCRETE SHALL 1- o . Z N M 4 REV. MAR 2011 z 0 U w -J w Cn crl x w x TYPE 1 BARRICADE CY 00 } ( ƒ\k / CC CC STRIPE NOTES: MIDDLE AT END SEE MUTCD SEC. 6F.60. } ? 2 ce \� TYPE II BARRICADE INFORMATIONAL SIGN 2 BARRICADE NOTES: POST OR SKIDS ESSENTIALLY PERMANENT LIGHT "A" FRAME PORTABLE 8" MIN. 12" MAX. DEMOUNTABLE OR HEAVY A" ESSENTIALLY MOVABLE WIDTH OF RAIL LENGTH OF RAIL HEIGHT 0 ._ co W U_ ce ceco � 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 GENERAL NOTES: < a 2 // a S ƒSI- < 0 e ~S ƒ 2 < < + _J�\6 g 23 ®3 ƒ/ E/<\ 0 /7 Oo z< /eƒC g 2e 0 �iii 0/<i<®®atLi/V / 0_ 1- zLu << D» D< /// / 0S ƒ� y2 Sx«T / 2 Cr 2 2/ƒg 26 ƒ\ /2 ƒ�uJ /\m? // a/ /LU 0ƒ/ + 2- 2 G_ e0\/ < < cnc u w <UJCC 1 06 V >0 ge s<G 2± Li/ ± »\ / y9 \ƒ_ DQƒƒ -0 2® G® gib /%%0 �/ q ®� %0Q g4» /< /I \y I22 _J -j 4/ <0 +% *JJ 4 e y9 &q/R &b A# &< y(n/ SPECIFIC NOTES: IF MMA IS USED, MMA SHALL BE PROFILED. 0 z C. ƒ sc/ D0j UG< Uƒ 0 CC < I- 0 F - G/6 GeLi- a_ \\O /4c /�- /-- //w /�� f / 3 uJ a@ a@ >g/ g/ /\F- /\� /@q a g/ƒ 2Dƒ 3 0 e 0 ƒqg /qg g2 492 3y 2y 6 &±f y±/ 6 Z 0 / MONO -DIRECTIONAL RPM TYPE 2 BI - DIRECTIONAL RPM TYPE 2 Rev. NOV 2014 HP CENTER LINE (SCL) 10'I _ 15' I _ 15' TYPE 2YY RPM \_4" YELLOW LINE (TYP) SEE NOTE 6 OUBLE YELLOW CENTER LINE (DYCL) _---- Ani 4" YELLOW LINE r" --SEE NOTE 6 TYPE 2YY RPM (TYP)--J WHITE EDGE LINE (WEL) ---4" WHITE LINE I STYPE 2Y RPM (TYP) ) SEE NOTE 7 DIRECTION OF TRAFFIC )OTTED EXTENSION LINE (WDEL, YDEL) 1 2' 1~ \\___4" LINE, YELLOW OR WHITE PER PLANS. SEE NOTE 6 \ \/ 0 2N. 0 � 1 NO PASS LINE (NPL) I_ 10' I 15' I 15' ? )4„ TYPE 2YY RPM 4 YELLOW LINE V SEE NOTE 6 TYPE 2Y RPM " DIRECTION PASSING IS PROHIBITED REVERSIBLE LANE LINE 4" YELLOW LINE 10, 15' I_ 15' 1 /SEE NOTE 6 14„ <I> I 1} TYPE 2YY RPMS-/ TWO-WAY LEFT TURN LINE (TWLTL) 'i 15' 15 f TYPE 2YY RPMS 4" YELLOW LINE SEE NOTE 6 DIRECTION OF THRU TRAFFIC BARRIER LINE (BL) 20' 20" YELLOW LINE 7 -SEE NOTE 6 TYPE 2YY RPMS 1 REV. NOV 2014 WIDE LINE (WL) 1 - 20' 1 8" WHITE LINE /--SEE NOTE 6 `STYPE 2W RPM SEE NOTE 8 (3-17) DIRECTION OF THRU TRAFFIC DOTTED WIDE LINE (DWL) 1 24' 1 1-6111 --' 2''--• '...N\_8" WHITE LINE 11 TYPE 2W RPM SEE NOTE 2 SEE NOTE 8 DIRECTION OF TRAFFIC LANE LINE (LL) Ill 15'1 15 TYPE 2W RPM \4" WHITE LINE (TYP) SEE NOTE 8 SEE NOTE 6 DIRECTION OF TRAFFIC 0 W Q c DIRECTION OF T 111 WHITE LINE SEE NOTE 6 W� Q N J �� W � (-NI O W d. W a_ 0 >- W 4, O z co •M re W cc 1- 2 2 W a w 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 0 zcp M CI ce W ce a 5 F - z W 5 W Q 0- 0 D W Q ce GENERAL NOTE See Standard Plan M-20.10 for pattern and color requirements. W or IL J Z i Q x m z J W 3 ,, J re m z W x b Z O W J x Z W j3Z .T J x g Z 0J 3 w? FJxtg0 �o zf W N =W W E z ILI 2 W 0uW J J wWW 1) 0 i WW JJJ• <' nK• o.On0O 40300-0Q Z 0 W 3 0 m O ° ) ) ) M PERSPECTIVE VIEW STANDARD PLAN M-20.20-02 SHEET 1 OF 1 SHEET 1 3 W re Z w Z U Z K LI. a � + , x m 3 w v u waif Z 3 W wus 2 02 Z J w s w wzww Z J J a N W O 41 6UJ COw W ZIY 3 o U_ 1- N aZ 0 J ¢ OT. m a DOTTED EXTENSION LINE W Z J C H Z W w Z U J Z Z • J - LU W U. • m J o = J w 6 W W• 5w 0 Z W ZJ z O J,ezz0 gIN °ew Z.11 Z J J ww U K W N J Z zQ m W W O W O O U Z a 0 W O 1/1 Z J W Z J W W Z 0J 0w tu q Z W r J Z 0 w J J zK O 5 w Z ^0 • lu mUz Le -1J W O Q K 0 w W z re W W z w J 0 6 j - F oft F W W w Z w z J Y J N Q I- 2 Q Z o O W U Z i13HW131 4 A8103 :A9 NMV 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 pp W c V . o cc _m O_ m m 0 m t'C V S O W L m m T .2%vc 't: ' - - t N 22"°' D_POI J Y C m o m m O m 221. N m m } yy n a� m > cE c5 Loi .k r c m. m 7 O qq�� ao W� m J ; g E e m SBarc $fQ cm 0c a m.- ~ w O m t5 W = G r O m z g� O !-501g. m m �m'O�a mor m�.1m .4 tZo—=c ccoz E a av$ ram� 2S Q a� -57-1,9,.2 3 mw A T a=._ t8f 8t niti aoIV;Em mTWW mmT.�3m-M pmZi apq cg om mm o hzmvs.-. i -606O z5ES H°m o z O z N 0 LL 4LL z 5 d TYPE 2 RPM RAISED FACE COLORS NMITE - ONE SIDE ONLY YELLOW - ONE SIDE ONLY A uJ 213H3131A A9103 •Ae NMVHO MULTILANE ONE-WAY TRAFFIC SHEET 1 OF 2 SHEETS i a3N0.131d Aeioo Ae NMvaa e SHEET 2 OF 2 SHEETS o O re t W < Z W Y 0 k z YAMS )laves :A9 NMVMG z z z KEY NOTES STANDARD PLAN M-9.50-02 SHEET 1 OF 1 SHEET GENERAL NOTE 2' (ft) x 6' (ft) White Bike Lane Arrow. See Contract for location and material requirements. Bike Rider Symbol. e O O J 0 m 2 >- Z 0 z0 < J Q W J 0 >- 0 m Page 814 2009 Edition Figure 9C-7. Bicycle Detector Pavement Marking 6 inches 5 inches i December 2009 a) c a) c 0 J \/ Q w 0 W 0 F— c/1 CROSSWALK WSDOT STANDARD PLAN M-24.40 u., N 0 z 3SL, 3SR, 4S, TRAFFIC ARROWS TYPE 1S, YIELD LINE SYMBOL PLAN M-9.50 HANDICAPPED PARKING STALL SYMBOL - SEE BIKE LANE SYMBOL - SEE WSDOT STANDARD Rev. NOV 2014 0 z • N M z 2 1- Z W 2 W a 0, 0 W Z J J W U 0) 2 w 0 Z / • / \ z O 0CIL W W U W cn z 0 z 0 <0, o U 0 -N w0; z JQ to 0 Im d' J F = W NQ w Ja0 N N1- J IY U J I- 4. V7 < H 0 w0 cnFZ 0-(11(/1m mm mm m m Z Q W U 0 Ol Ol Jm WOWQ 3•0-1� Ja J a0 Z (n-Uct QD S it O U W 7 • N W N Z V1r OW,Vf f > - r 2 0 QN z� U X Z CC I- W J .= L. 71 �N>~ wa U cn w U <00 Lilco oo�w '1'00� aM 0 w 0 UQ UL.UO] Q 0-0 U N U csi OY ir7 O a� am a 00 .91 2" MiN. NOTE 4 • z a ce rc CO .n W~ - Z WWc G U Z Z O0 w F- 1-/-1 -J .0 .L • 21V9321 9 'ON • • -- - .L 4/ • 313213NO3 .3 'd S CRUSHED ROCK n ce n i z w 2 o} J W ww= Zpp, J N • Y v3• 0 O 000 Q JW�Q 3 CO r, I L a QMN U W M Q F-3QLai O EE O 0 w N �1 >-• L1 Z' m OZo {- 1X U O OLai Lc_ W mO LLa La aNJcr cc 1- Z a•V/w= Z W N -cn V7 Q W W O W r m W N Z} 7 Z Z0Z00 K • 2 N O w Q O aOZoa Ca J W Q • O vi Z O N w < ( O O m 5 p U d w Q 0 Z w X F- a ¢ 0 U N w r Z x w N Q w Q Li Nin _9-2 cr \� • C) • a REV. APR 2012 ROADWAY SURVEY MONUMENT WITH CASE 1 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 0 2B 1A 1B TO INTERMEDIATE LOOP TO ADVANCE LOOP N (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 WAY C 1a� I OWORKS SIGNAL LOOP SCHEMATIC DWG. NO. 3-44 c O U 7 t0 0 10 0 O 10 a A C .43 N m 31323ONO31N314130 13011VHdSV d0 H1d30 -'NM .B/S Z 1fOMVS d0 H1d30 a❑y y r§ cc a x0.^ �1vi SU yyZW� t,1%Q y 0 = O O 313233N031N31133 HO 11VHdSV d0 H1d30 1X90..6 -'NM .B/S Z 1l3MVS d0 H1d30 6. See Standard Plan J-50.05 for PVC CONDUIT SIZING TABLE n LOOP LEAD PAIRS W aft.' 5 az re W u.0 m j0 z r Ur Z zw 0> zt d❑ 13O 31SHON001N36130 HO 11VHdSV 40 H1d30 1X90. .0 - .8/S Z 1l3MVS d0 H1d30 W z 0 U 0 Z N m 1-0 wi O :W LL H11 om 0. 0xa 10 f N UT CONDUIT PLACEMENT DETAIL N y r 0 0 Z O U z a V 5 5 a� x oZ m Z 0 F- 0 z 7 LOOP INSTALLATION NOTES 6. Install the wire in the loop slot as shown. J G C UQ r• in E n » , W F3,„ Eta U !r0. Z E 8a-2 0 Q S aUm c o,aM zJ A.- -0 u 8 dNAlt'ro c hi ° `fid °�s 5h C O t ma_O9 N Bo E v rn kOQ��HZ �� V OO N �'C ma 9y C.. mm 6 1 Q z c._ m �= c _ _ccy -ow c•- m mE cc mw_ vn =°o mL IV! = H EE y D' 10 0 .+ .O N � C �� 00=m r V m d J N m C 22.J;0 N« m V N8Om�y0 ,t1 0 6_5p.gomn5 LmQmL= -.-§g=. dC mamCO 2eOELCN Q0N CW NON- O�7L EZmy 2o c 00 9'05.= N—«CO0COECmcm ei mg", 00 NCONU 6= L« 04 .1,,t_22127. .s-) .-.m.i0 OmpV d- 0e-5.,,Am 5Nm 7N yvU O il vg`NEV .gnaOv38-2S"pyL ocUm Lmm o? mdin m.m-min 025;2 05 8coy—;>.- 55' p2—."z08-80' 0 W2 Qam°w �C Hm«min3wmQ DETAIL"B" t 5 o 14 Fa - w o g p N ti E'= a n W 'R °4 00 a5 0 LL sr oz 0 17 aN Z co z 0 O w .4Z z 0 0 z 2 0 STUBOUT CONDUIT PLACEMENT DETAILS Q Q 0 0 Q O m INSTALLATION Sign 1. A maximum of 5 street name signs or pointers shall be located on one post. Longer posts will normally be needed for more than three signs to maintain 8 feet clearance from the ground line. A 1/4 inch space should be maintained between signs on the same post. 2. Street name signs shall be located above pointers and shall be installed parallel to the street which they name. Avenue street name signs designating .north—south streets should normally be on top. Wedges shall be utilized if necessary to install signs other than 90 degrees to each other. 3. Signs shall be attached perpendicular to the posts with four duplex eight—penny galvanized nails or approved sign mounting brackets. 4. Street name shall be on both sides of one sign. 5. See Drawing No. 3-51 for sign post details. Rev. 3/2010 PUBLIC FG-derd Way woRKS STREET SIGN INSTALLATION DWG. NO. 3-50 8—Penny Duplex nails 4" x 4" Post NOTES: 30" I h l h 28" Morking nail same side as cleat Cleat 28"x3"x2" under sign Direction of travel 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 5-1/27 HEAVY PETROLEUM SOLVENT PENTACHLOROPHENOL SOLUTION IN ACCORDANCE WITH THE APPLICABLE REQUIREMENTS OF AASHTO DESIGNATION M133, WITH A MINIMUM NET RETENTION OF THE DRY SALT OF 1/2 POUND PER CUBIC FOOT OF WOOD. 4) POSTS SHALL BE 4"x 4", WITH A MINIMUM LENGTH OF 12 FEET. LONGER POSTS MAY BE NEEDED TO MAINTAIN 8—FEET OF VERTICAL CLEARANCE ABOVE WALKING AREAS. POSTS SHALL BE 14 FEET IF TRAFFIC CONTROL SIGNS WILL BE INSTALLED ON THE SAME POST. 5) BACKFILL SHALL BE COMPACTED AT SEVERAL LAYERS TO MINIMIZE SETTLING. 6) ALL POSTS SHALL BE 2—WAY PLUMB. TOP OF CLEAT CLEAT POST 1" t (2) 0. 56" 0 NAIL HOLES (PUNCHED OR DRILLED) NTS CLEATS — 1) ALL POSTS SHALL BE FITTED WITH AN ALUMINUM CLEAT AS SHOWN TO PREVENT SIGNPOST ROTATION AND/OR UNAUTHORIZED POST REMOVAL. 2) CLEATS SHALL BE ALUMINUM ALLOY, 6061—T6, CHEMICALLY COATED IN ACCORDANCE WITH ASTM B449-67 CLASS 2. 3) CLEATS SHALL BE 30 INCHES LONG, 3 INCHES WIDE, THICKNESS OF 0.08, WITH A 2—INCH TURNOUT OF 90'. NAIL HOLES OF 0.156 INCHES DIAMETER SHALL BE PUNCHED OR DRILLED IN THE LOCATIONS AS SHOWN. 4) POSITION CLEAT TURN—OUT AWAY—FROM AND EVEN—WITH THE BOTTOM OF THE POST. JULY 2014 Fed Way at U ay WORKS SIGN POST DWG. NO. 3-51 J F }w p co a co 2 CC Z 0 Qm a>' 2U O rY Quj FW w Z w zr^ x co A 1 1 A A m 0 p W D 1_ CC re I- Xz z O Up 0 II II II II a >- 0 cc 1- NOTE: DIMENSIONS MAY VARY a Z O 0 Q- 0 U D• Ct CC I z O 00 m Z 0 a N X W F ❑ � C } a Z LT > O ISLAND CONSTRUCTION DETAILS OJ W } 121 zm <0 a0 Z a U co J z EC 47 m H ' 0 EC Z DW CA W CL CL 0w z Q Z Z a CO CC _J 0 S Q Im. 0 ZZ fn 0<Wa «r- co miN0' WFU JUw FW a m UJ W 0CCO w CL �a QL O J Z 0 w0 ma O 00 co Cr tL I Csia rw Wco 0 50' IF YIELD SYMBOLS USED Y d CO 0) Oz CC Y Ucc 0 U 1- CC w a w U Z 1 r- 0 NOTE: ALL SIGNS SHALL BE FLOURESCENT YELLOW -GREEN BACKGROUND EXCEPT R1 -5a R1 -5a (36 x 48) REV. JUL 2018 } C/) (0I- wo Ua W Z Q CC CLp g 1-O F z -w w m O M z co M LI 2 LLLLI IL a z av) I-0 ce w o 0 W Z as UY Q' m0 a3 2009 Edition Figure 9C-8. Examples of Obstruction Pavement Markings 10 ft Obstruction 1 ft 1 Page 815 Normal width solid yellow line A - Obstruction within the path L 4 W f Wide solid white line (see Section 3A.06) Pier, abutment, grate, or other obstruction* Direction of bicycle travel B - Obstruction at edge of path or roadway L = WS, where W is the offset in feet and S is bicycle approach speed in mph * Provide an additional foot of offset for a raised obstruction and use the formula L = (W+1) S for the taper length Figure 9C-9. Shared Lane Marking I--40 inches—H December 2009 Sect. 9C.07 1 CC I - Ow Z Q W N M a' M F- w 0 J Z N N z a m a 7 ix La CT NZ oOa w ~'W O a o a t a Q O 2 J o N Z w -V) �= 0aaJZw N 2 W — W Oa Nm�N - J 0 W 02 U 2 v EXISTING CB OR MANHOLE W 0 (/) 0 0 z 0 0 W () N Z RAISED OR �F a Xaa Z '- CO OXcr 0 J Q 1a- = 0 Z w a} • Z O CL U=J ZE mzo 0 0 LL - y Z Z Z O H J Q m(z x W 0 W W J O yI W 0 W w 2 U H 2 0 0 0 w Z U Z REV: NOV 2011 J W W u j w 3 W ( m U w W o J za 1- 0 N Cc z O O = w 0 I z J a - a.�a 'a a 0v 3 O:� a Z J W a O= W W o m a w� ▪ ow z L, CT Yo p O 00 W OJ _ - W Q I- Ow U j wm 3N N oa • a a o - 3 O ¢ 3Z Y 4.1-1 w O 00 UI�}c ¢ W Ow or cv i - N TO BE OMITTED IF COVER a z REV MAR 2011 O z r U !/1 J Y m� O a3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1/16' FROM CENTER C r air N w 0 Z MATERIAL IS DUCTILE 120' AND 9 1/2" RADIUS. DRILL THREE 1 INCH HOLES SPACED SHALL BE OMITTED IF COVER ('i n a SECTION A -A REV MAR 2011 REV MAR 2011 cc W 0 Z 0 0 —J 0 Z 0�/ LL d z M v W w 0 0 0 Z Y 0 0 J CI Z n 0 Ce Ce 0 U. w E a ce u_ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 R9 -3A 11/94 8 * See appendix for standard symbol details (MILLIMETERS) A 'B -C B 0 EF GHJ GH LDIMENSIONS 450 9 16 88 138 159 191 38 38 600 9 16 113 188 213 263 50 50 750 13 19 144 231 266 328 63 63 DIMENSIONS ( NCHES) A B C DE F GH J 18 3/8 5/8 3 1/2 5 112 6 3/8 7 5/8 1 1/2 1 1/2 24 3/8 5/8 41/2 71/2 81/2 10 1/2 2 2 30 1/2 3/4 5 3/4 9 1/4 10 5/8 13 1/8 2 112 2 1/2 COLORS CIRCLE & DIAGONAL — RED (REFL) SYMBOL & BORDER — BLACK (NON-REFL) BACKGROUND — WHITE (REFL) R9 -3B L/R 11197 B c USE CROSOALK A R9 -3B R * See appendix for standard arrow details DIMENSIONS (MILLIMETERS) A 8 CDE EF F GH 450 300 9 56 75C 758 38 38 DIMENSIONS (INCHES) A BCD EF GH 18 12 3)8 2.25 3C 3B 11/2 11/2 COLORS LEGEND — BLACK (NON-REFL) BACKGROUND — WHITE (REFL) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 .1 a •m c E"u-) o � C g O m X a m cg 2 E - E o m O m o t • io a 2 C �p m U E o $ 2 2 m t ,so n g 0 D m 2 o E C o � m C V O C M , E2 57A ce 0 4w, p y 00 Waxx r- KQ N� Oii UZ 22 <m bb 0 (S 31ON 333) - .4t Sflld .H.. 3" (IN) PIPE CAP POST DETAIL z ore z0 W U WU 3" (IN) PIPE CAP TOP OF POST z 0 1= 0 W z Z z0 0 0 0 113OO11 N833 -AO NMVUUO oti XHW ig t H E 6 0-,Z -- FOUNDATION DETAIL z iU!6Fay �FOa �wfm� O C 0i !Ww�Jo(0 ' tigU' g G W W Q V W < 6 WW toIs oza h d 1 Zx ..x GO 3c�oz 62 WE' wuj wz �� �F a z i 5 0 W a a I t11111 il ;EJ FR H 1 r a 1 o el iii # w ![] FR H S J 111 `d. hildi is ii310112 i it z 0 mw Im d m< a_o aQ Qw wLL 0 w a R10 -3e (MOD,) R10 -3e (RIGHT) VIM wMIaWM MMS *Ma arra NOLEINSSIVIreinandawOM..Ovaaraau INONCO 'NW. Nu mrarkfnaOmodurNMI1ill Z lm N �d O d Ny 0Z 111.4y O a11.1MOM 0 al siZ d 1- HZ 0 win z 0 rz MU)m = J W‹ a0 z0 Q� wz oz w a ACCESSIBLE PEDESTRIAN SIGNAL (ASP) ASSEMBLY z 0 5 032 Zm 0 a 0 w 2 W 4UOJAO VSII :A9 NMVtld 00000 000 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 kK ES ) %d x% L & en Z k ■ ) . ) | ■ t-_ ■ i § enz RURAL HIGHWAYS BO/55 MPH 800± RURAL ROADS 45 / 55 MPH 500' t RURAL ROADS & URBAN ARTERIALS 35 / 40 MPH 350 t RURAL ROADS, URBAN ARTERIALS,25 / 30 MPH 200' t (2) RESIDENTIAL & BUSINESS DISTRICS URBAN STREETS 25 MPH OR LESS 10Q t (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND DRIVEWAYS. (2) THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. BUFFER DATA LONGITUDINAL BUFFER SPACE = B BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE WEIGHT 15,000 LBB. THE MN(IMUM 1451RNT SHALL TO 8E IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAO. PROTECTIVE VEHICLE NO SPECIFIED MAY BEA WORE VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE 'MORN AREA_ REQUIRED , ! $S s , § ,■ 4 ,■ ,■ P. @ { LENGTH (filet E , $ 0 __.nom _m 3 3 �■ s2 0 ■ � z 0 U §� �■ � I-0 ›- u. 61- 5 k1- w z z 0 • ■ a 5 0 E. NOT TO SCALE TRAFFIC CONTROL PLAN !� a FEC.AID PROJ.NO. 2 t � § ■ ■ § 0 z 0 z zz dkk t: D CNANNELIZING DEVICES PILOT CAR OPERATION NOT TO SCALE TRAFFIC CONTROL PLAN FEDAID PROJ.NO. ; |' 1 | 3 | | ■ i ■ ■ | ■ 1 ■ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BUFFER DATA LONGITUDINAL BUFFER SPACE = B m BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE HEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL TO BE IN ACCORDANCE MTH THE MANUFACTURERS RECOMMENDATIDN. 100 FEET MAX. ® « ■ ■ a ■ ; a 3 ■ ! ,! ■ m■ ■» ; § r _!§§ K ■ ■ ■ z. k,( 0 ■ | MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) Posted Speed (mph) e. ! MINIMUM SHOULDER TAPER LENGTH = U3 (feet) Posted Speed (mph) e■! USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 6. , ■ ,«§ ■ ■» ■#N _!§§ e§§ ■§§| Ser ■7§! ;@§ .;■; e«s ,!]! ,■s «r§■ R#a m!!§ n■■ /§le;, )|!�¥ ▪ Cl - ■ 158 1. NO FLAGGERS OR SPOTTERS. 7. SEE SPECIAL PROVISIONS FOR YORK HOUR RESTRICTIONS. SINGLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS (;,C..f> SEQUENTIAL ARROW SIGN > Nen TRANSPORTABLE ATTENUATOR NOT TO SCALE PORTABLE CHANGEABLE MESSAGE SIGN k 0 ! § TRAFFIC CONTROL PLAN FED.AID PROJ.NO. |' 2 T. ( m ) | 2 BUFFER DATA LONGITUDINAL BUFFER SPACE - B 12 125 160 1 245 I 320 I 540 I 800 I 680 I 726 I 780 I 896 MINIMUM SHOULDER TAPER LENGTH =113 (feet) BUFFER VEHICLE ROU. AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MN. MINIMUM H06T VEHICLE NEIOHT 14600 LBS. TLE MAMMI1M W IG T SHALL TO BE IN ACCORDANCE %ITN THE MANUFACTURERS RECOMMENDATION . 100 FEET MAX. C f S n 1R S$A s N E ES3 R .F=.' 53 4 : R A. ry A 2 I A p Li] 8 8 i 5 R SIGN SPACING = X (1) 2 2 6 b a 2 A 6 19i n ri W N DOUBLE -LANE CLOSURE FOR MULTI -LANE ROADWAYS NOT TO SCALE 2 5 0 O V V al s MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) Posted Speed (mph) 25 I 30 I 35 I 40 . I 45 I 50 1 55 1 5° 1 65 I TO 12 125 160 1 245 I 320 I 540 I 800 I 680 I 726 I 780 I 896 MINIMUM SHOULDER TAPER LENGTH =113 (feet) esN USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN 8'. 1 1R S$A E ES3 R .F=.' 53 4 : R A. ry A a S 8 8 A p A 8 8 8 0 R 3 S W D • 1 a 1 ii 1 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 1 1 1 1 1 1 1 1 1 1 1 1 1 BUFFER DATA LONGITUDINAL BUFFER SPACE • B J BUFFER VEHICLE ROLL AHEAD DISTANCE = R 30 FEET MIN. TO 100 FEET MAX NO SPECIFIED DISTANCE REQUIRED S S TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 16,000 LS5. THE MAXIMUM WEIGHT SHALL DE IN ACCORDANCE VAT. THE MANUFACTURERS RECOMMENDATION. PROTECTIVE VEHICLE MAY BE A WORN VEHICLE STRATEGICALLY LOCATED TO SHIELD THE WORK AREA. 2 g g S H 2 a,fg W yW N z u 0 A MINIMUM SHOULDER TAPER LENGTH = U3 (feat) E 1 1 a $ S 0 o�os USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN e' SIGN SPACING =X (1) 0 O 0 NU ?.N wo CT, Q; QW N 00 25 MPH OR LESS O O O O 0 a 0 0 O 4 4 X X SHOULDER CLOSURE - LOW SPEED (40 MPH OR LESS) 0 0 F •O z 0 TRAFFIC CONTROL PLAN FEDAID PROJ.NO. 0 w 2 0 O BUFFER DATA LONGITUDINAL BUFFER SPACE - 8 BUFFER VEHICLE ROLL AHEAD DISTANCE t. R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEWCLE HEIGHT 15.000 LBB. THE MAXIMUM WEIGHT SHALL TO BE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAX. PROTECTIVE VEHICLE NO SPECIFIED WAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE YORK AREA REQUIRED 2 8 8 8 Yqq 7. A tAi A, N SPEED (MPH) Y S 8 8 MINIMUM TAPER LENGTH = L (feet) SIGN SPACING - X (1) 8 C E 1 N 8 8 8 8 8 wFa gg 8 a 8 O a 8 2 A 8 8 25 MPH OR LESS Z(N 2 2 8 f 8 8 0 a 2 J j W lV W=t( wWf� W J J 0 a tV p� 1 N lV 9 1Sg 0 W 2. RECOMMEND EXTENDING DEVICE TAPER (U3) ACROSS SHOULDER. i U a TRAFFIC CONTROL PLAN a 6 a Ig a 0 8 8 g 0 z N 8 W0 W8 8 1, 9 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 yrc S MINIMUM TAPER LENGTH = L (feet) SIGN SPACING = X (1) =E N a f 4 R A F_ 25 MPH OR LESS F, a N • ij 5.2 W J U U BUFFER DATA LONGITUDINAL BUFFER SPACE = 8 P- ' BUFFER VEHICLE ROLL AHEAD DISTANCE = R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE AUGHT 15,000 Les THE MAXIMUM WEIGHT SHALL TO EE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAX. PROTECTIVE VEHICLE NO SPECIFIED MAY SE A WORK VEHICLE STRATEGICALLY LOCATED TO 5OIIELO DISTANCE THE WORK AREA REQUIRED S 3 A n R r SPEED (MPH) H W z W C9 W J TEMPORARY SIGN LOCATION II O W z re0 < H 0 re W W �z Z LU V 10J 0 Q {! W ZO gJ HV W J SEQUENTIAL ARROW SIGN PORTABLE CHANGEABLE MESSAGE SIGN NOT TO SCALE 0 1 TRAFFIC CONTROL PLAN FEDAID PROJ.NO. 8 8 8 6 O rc k 1- Z 0 8 ■ ! , , MINIMUM TAPER LENGTH = L (feet) Posted Speed (mph) 2 , , §(! § ■ § ■ ■ ■ § § ■ , ■ | ■ ■ ■ ■ ■\■ BUFFER DATA LONGITUDINAL BUFFER SPACE = B , BUFFER VEHICLE ROLL AHEAD DISTANCE • R TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHCLE WEIGHT 15,00D 185. TFE MAXIMUM NFJGHT SHALL TO SEN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAO. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORK VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE THE WORK AREA REQUIRED ' ! eE m e e a ; ■ m ■ 2 ■ E LENGTH (feet) El § TRAFFIC CONTROL PLAN ■a a a |. | 2 1 8 ! q 5 | § ) | 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 BUFFER DATA LONGITUDINAL BUFFER SPACE = B BUFFER VEHICLE ROLL AHEAD DISTANCE = R l TRANSPORTABLE ATTENUATOR 30 FEET MIN. MINIMUM HOST VEHICLE %EIGHT 15.000 LITS. THE MAXIMUM WEIGHT SHAM TO 8E IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 100 FEET MAX. PROTECTIVE VEHICLE NO SPECIFIED MAY BE A WORN VEHICLE STRATEGICALLY LOCATED TO SHIELD DISTANCE mE WORK AREA REQUIRED ■ 2 « e 2 } \ ■ q , ; m / SPEED (MPH) I o— ■- -k Zm 0 k I k § # Ce . 0.2 ■ ■ ■ ■ ■ ■ ■ ■ A %11 , 0 TEMPORARY SIGN LOCATION § k 2 CI INTERSECTION LANE CLOSURE - FIVE LANE ROADWAY $ § TEMPORARY SIGN LOCTION (6' MOUNTING HEIGHT) 5 k j k FED.AID PROJ.NO. , | } ; % § • a rTTTTTTI -TT 4. SEE SHEET TC -52 FOR TEMPORARY PEDESTRIAN RAMP DETAILS. SIDEWALK DETOUR SIDEWALK DIVERSION INTERSECTION PEDESTRIAN TRAFFIC CONTROL NOT TO SCALE m 1- PEDESTRIAN CONTROL AND PROTECTION FEDAID PROJ.NO. yQ 1 s m n m 8 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 ' 1 2 1 W 1 BUFFER DATA LONGITUDINAL BUFFER SPACE = B r BUFFER VEHICLE ROLL AHEAD DISTANCE = R 30 FEET MIN. TO 100 FEET MAX. m E 8 n TRANSPORTABLE ATTENUATOR MINIMUM HOST VEHICLE WEIGHT 15,000 LBS. THE MAXIMUM WEIGHT SHALL RE IN ACCORDANCE WITH THE MANUFACTURERS RECOMMENDATION. 8 < S A g a F SPEED(MPH) r U' w TYPICAL SECTION A -A ® D D MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) a° 8 8 8 8 8 8 3 3 4 8 8 8 8 8 111 MINIMUM SHOULDER TAPER LENGTH = L/3 (feet) 8 E • m 0a 8 8 8 8 8 8 4 8 8 8 8 8 8 8 8 b USE A MINIMUM 3 DEVICES TAPER FOR SHOULDER LESS THEN C. 8 w < 2W W Wqq •=tO K J W TEMPORARY SIGN LOCATION CHANNELIZING DEVICES 2 O 0 SINGLE -LANE CLOSURE WITH SHIFT 2 o 9 NOT TO SCALE r U a TEMPORARY SIGN LOCATION (5 MOUNTING HEIGHT) 8 1- TRAFFIC CONTROL PLAN a 1 a 8 F 1 w 1 • a APPENDIX B BENEFIT CODE KEY AND PREVAILING WAGE RATES Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five -eight (8) hour workweek day or a four -ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Overtime Codes Continued 1. 0. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. 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 8/31/2017 thru 3/2/2018 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 8/31/2017 thru 3/2/2018 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week (Monday through Friday,) or a four day -ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. 4 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 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). 5 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 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). I. 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). 6 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 6. 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 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). 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. 7 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 7. 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 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. 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. 8 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Holiday Codes Continued 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. Note Codes 8. 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. 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. 9 Benefit Code Key — Effective 8/31/2017 thru 3/2/2018 Note Codes Continued 8. 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. 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 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25' to 300' - $1.00 per foot from entrance. 300' to 600' - $1.50 per foot beginning at 300'. Over 600' - $2.00 per foot beginning at 600'. 10 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 1 of 18 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: 11/28/2017 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer -Caulker -Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 5$ 2F King Building Service Employees Traveling Waxer/Shampooer $24.18 5S 2F King Building Service Employees Window Cleaner (Non- Scaffold) $27.23 5S 2F King Building Service Employees Window Cleaner (Scaffold) $28.13 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $57.18 5D 4C King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 5D 4C King Carpenters Floor Finisher $57.18 5D 4C King Carpenters Floor Layer $57.18 5D 4C King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $110.54 5D 4C King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King Divers & Tenders Diver $110.54 5D 4C 8V King Divers & Tenders Diver On Standby $67.97 5D 4C King Divers & Tenders Diver Tender $61.65 5D 4C King Divers & Tenders Manifold Operator $61.65 5D 4C King Divers & Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers & Tenders Remote Operated Vehicle Operator/Technician $61.65 5D 4C King Divers & Tenders $57.43 5A 4C https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 2 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Remote Operated Vehicle Tender 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 $56.78 5D 111 King Drywall Tapers Journey Level $57.43 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 $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $67.60 5A 4D Construction King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $90.39 7D 4A King Elevator Constructors Mechanic In Charge $100.22 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 $39.48 7A 31 King Glaziers Journey Level $60.56 7L 1Y King Heat 8 Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 3 of 18 King Heating Equipment Mechanics Journey Level $78.17 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $48.02 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 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 Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Er Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Levet $57.18 5D 4C King Ironworkers Journeyman $66.68 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $46.57 7A 31 King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner $46.57 7A 31 King Laborers Caisson Worker $48.02 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Caulker $46.57 7A 31 King Laborers Cement Dumper -paving $47.44 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $47.44 7A 31 King Laborers Choker Setter $46.57 7A 31 King Laborers Chuck Tender $46.57 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 4 of 18 King Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute Operator $47.44 7A 31 King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core Driller $47.44 7A 31 King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 King Laborers Demolition: Wrecking Et Moving (incl. Charred Material) $46.57 7A 31 King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator (hydraulic, diamond) $47.44 7A 31 King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller Et Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker Et Transit Person $48.02 7A 31 King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including Post Tension Beams $47.44 7A 31 King Laborers Guardrail Erector $46.57 7A 31 King Laborers Hazardous Waste Worker (levet A) $48.02 7A 31 King Laborers Hazardous Waste Worker (level B) $47.44 7A 31 King Laborers Hazardous Waste Worker (level C) $46.57 7A 31 King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 King Laborers Motorman -dinky Locomotive $47.44 7A 31 King Laborers Nozzleman (concrete Pump, Green Cutter When Using $47.44 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 5 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Combination Of High Pressure Air Et Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $39.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.44 7A 31 King Laborers Pipe Reliner $47.44 7A 31 King Laborers Pipe Wrapper $47.44 7A 31 King Laborers Pot Tender $46.57 7A 31 King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 King Laborers Power Jacks $47.44 7A 31 King Laborers Railroad Spike Puller - Power $47.44 7A 31 King Laborers Raker - Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 King Laborers Scale Person $46.57 7A 31 King Laborers Stoper (over 20") $47.44 7A 31 King Laborers Stoper Sprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.57 7A 31 King Laborers Stock Piler $46.57 7A 31 King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $47.44 7A 31 King Laborers Tamper (multiple & Self- propelled) $47.44 7A 31 King Laborers Timber Person - Sewer (logger, Shorer & Cribber) $47.44 7A 31 King Laborers Toolroom Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 King Laborers Tugger Operator $47.44 7A 31 King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $92.60 7A 31 King Laborers $97.63 7A 31 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 6 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Tunnel Work -Compressed Air Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $101.31 7A 31 King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $107.01 7A 31 gg, King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $109.13 7A 31 8� King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $114.23 7A 31 D, King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $116.13 7A 31 8Q, King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi $118.13 7A 31 D, King Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi $120.13 7A 31 L3g, King Laborers Tunnel Work-Guage and Lock Tender $48.12 7A 31 gg. King Laborers Tunnel Work -Miner $48.12 7A 31 IQ King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $46.57 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $47.44 7A 31 Et 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 $56.78 5D 1H King Marble Setters Journey Level $55.82 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 $58.68 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 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 7 of 18 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 $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $71.35 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $76.35 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $80.35 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $85.35 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PS1 $87.85 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $92.85 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $94.85 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $96.85 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $98.85 5D 4C King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 M, 1R King Playground Et Park Equipment Journey Level $11.00 1 Installers King Plumbers a Pipefitters Journey Level $79.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition Equipment $56.90 7A 3C 8P King Power Equipment Operators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P King Power Equipment Operators Chipper $59.96 7A 3C 8P '. King Power Equipment Operators Compressor $56.90 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 8 of 18 King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P King Power Equipment Operators Concrete Finish Machine -laser Screed $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and over $62.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $59.96 7A 3C 8P King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $61.10 7A 3C 8P '. King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P 6 King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 7A 3C 8P King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $60.49 7A 3C 8P 1 King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P King Power Equipment Operators Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P King Power Equipment Operators Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches (power) $59.96 7A 3C 8P King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P King Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et Similar Equipment $59.96 7A 3C 8P King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P haps://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 9 of 18 King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $56.901 7A I 3C 8P King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over $60.49 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $59.96 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P King Power Equipment Operators Horizontal/directional Drill Operator $59.96 7A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P King Power Equipment Operators Loader, Overhead 8 Yards. & Over $61.10 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P King Power Equipment Operators Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operators Locomotives, All $59.96 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P King Power Equipment Operators Oil Distributors, Blower Distribution Et Mulch Seeding Operator $56.90 7A 3C 8P King Power Equipment Operators Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane Mount) $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 10 of 18 King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 1 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P King Power Equipment Operators Rigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P King Power Equipment Operators Roltagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P King Power Equipment Operators Roto -mill, Roto -grinder $59.96 7A 3C 8P King Power Equipment Operators Saws - Concrete $59.49 7A 3C 8P a King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P King Power Equipment Operators Scrapers - Concrete Et Carry All $59.49 7A — 3C — 8P King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $61.10 7A 3C 8P King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Ft Screedman $60.49 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P King Power Equipment Operators $61.72 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 11 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Tower Crane: over 175' through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P King Power Equipment Operators Transporters, All Track Or Truck Type $60.49 7A 3C 8P King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P King Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A 3C 8P King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator,$59.96 Concrete 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- • - • - Demolition Equipment $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Over 42 M $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine -laser Screed $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount With Boom Attachment Up To 42m $59.96 7A 3C 8P Underground Sewer Et Water King Conveyors $59.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 12 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Power Equipment Operators- I Underground Sewer & Water King Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons With Attachments $59.96 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) $61.10 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $61.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 300 tons and over or 300' of boom including jib with attachments $62.33 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) $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: A -frame - 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Deck Engineer/deck Winches (power) $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Dozers D-9 & Under $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or Crane Mount $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man -lift: Permanent And Shaft Type $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Finishing Machine, Bidwell And Gamaco & Similar Equipment $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Forklift: 3000 Lbs And Over With Attachments $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Forklifts: Under 3000 Lbs. With Attachments $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Grade Engineer: Using Blue Prints, Cut Sheets, Etc $59.96 7A 3C 8P '. Underground Sewer & Water King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer & Water I https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 13 of 18 King Power Equipment Operators- (Guardrail Punch $59.961 7A 1 3C 8P Underground Sewer a Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tait End Dump Articulating Off-road Equipment Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Horizontal/directional Drill Locator $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Horizontal/directional Drill Operator $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hydralifts/boom Trucks, 10 Tons And Under $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loader, Overhead 8 Yards. & Over $61.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not Including 8 Yards $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $61.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Oil Distributors, Blower Distribution & Mulch Seeding Operator $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Outside Hoists (elevators And Manlifts), Air Tuggers,strato $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Overhead, Bridge Type: 100 Tons And Over $61.10 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Overhead, Bridge Type: 45 Tons Through 99 Tons $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer & Water King $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 Page 14 of 18 https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Power Equipment Operators- Pile Driver (other Than Crane Mount) Underground Sewer & Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Remote Control Operator On Rubber Tired Earth Moving Equipment $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rigger/Signal Person, Bellman (Certified) $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift Materials $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Roto -mill, Roto -grinder $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scraper, Self Propelled Under 45 Yards $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scrapers - Concrete & Carry All $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards And Over $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. $59.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $60.49 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $59.96 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- $61.10 7A 3C 8P I Underground Sewer a Water https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 15 of 18 https://fortress.wa.gov/lni/wagelookup/pry Wagelookup. aspx 11/28/2017 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over 90 Metric Tons $61.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer &t Water King Power Equipment Operators- Spreader, Topsider a Screedman $60.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Crane Up To 175' In Height Base To Boom $61.10 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Crane: over 175' through 250' in height, base to boom $61.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Cranes: over 250' in height from base to boom $62.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Transporters, All Track Or Truck Type $60.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons And Over $59.96 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Truck Mount Portable Conveyor $59.96 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farman Type $56.90 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer a Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrigeration a Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $55.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 https://fortress.wa.gov/lni/wagelookup/pry Wagelookup. aspx 11/28/2017 Page 16 of 18 King Residential Drywall Journey Level $42.86 5D 4C Applicators King Residential Drywall Tapers Journey Level $57.43 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $40.25 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Levet $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) $44.56 7F 1R Workers King Residential Soft Floor Layers Journey Level $47.61 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 King Roofers Journey Level $49.27 5A 3H King Roofers Using Irritable Bituminous Materials $52.27 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1E King Shipbuilding & Ship Repair Boilermaker $43.31 7M 1H King Shipbuilding & Ship Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $42.07 7T 4B King Shipbuilding EC Ship Repair Heat & Frost Insulator $67.93 5J 4H King Shipbuilding Et Ship Repair Laborer $41.99 7T 4B King Shipbuilding Et Ship Repair Machinist $42.00 7T 4B King Shipbuilding & Ship Repair Operator $41.95 7T 4B King Shipbuilding Et Ship Repair Painter $42.00 7T 4B King Shipbuilding & Ship Repair Pipefitter $41.96 7T 4B King Shipbuilding & Ship Repair Rigger $42.05 7T 4B King Shipbuilding & Ship Repair Sheet Metal $41.98 7T 4B King Shipbuilding & Ship Repair Shipfitter $42.05 7T 4B King Shipbuilding & Ship Repair Trucker $41.91 7T 4B King Shipbuilding & Ship Repair Warehouse $41.94 7T 4B King Shipbuilding & Ship Repair Welder/Burner $42.05 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King Sign Makers & Installers Sign Maker $21.36 1 (Electrical) https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx 11/28/2017 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Page 17 of 1 8 King Sign Makers Et Installers (Non- (Sign Installer $ 27.281 I 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker 533.25 1 Electrical) King Soft Floor Layers Journey Level $47.61 5A 3D ;King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $74.49 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60.49' 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 28 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 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 536.09 5A 2B Outside 'King Terrazzo Workers Journey Level $51.36 5A 1M King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble Et Terrazzo Finisher $42.19 5A 1B Finishers King Traffic Control Stripers Journey Level $44.93 7A 1K https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/8/2018 Page 18 of 18 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 Et 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 iKing Well Drillers a Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers a Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 1/8/2018 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1