Loading...
AG 18-086 ilt RETURN TO: PW ADMIN EXT: 2700 ID#: V 3$ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/SWM / ORIGINATING STAFF PERSON:FEI TANG EXT:2751 3. DATE REQ.BY: V 7 ! 1 I. TYPE OF DOCUMENT(CHECK ONE): o CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑/ORDINANCE p o RESOLUTION [d CONTRACT AMENDMENT(AG#): 1 p - ad ❑ INTERLOCAL o OTHER I. PROJECT NAME:WEST HYLEBOS CREEK S 373RD STREET GRAVEL REMOVAL L. NAME OF CONTRACTOR:NORTHWEST CASCADE INC.DBA FLOHAWKS ADDRESS:P.O.Box 73399 PUYALLUP,WA 98372 TELEPHONE:253-848-2371 E-MAIL: JANETPRESTON@NWCASCADE.COM FAX: SIGNATURE NAME:JANET D.PRESTON TITLE:CONTRACTOR ADMINISTRATOR EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES o PRIOR CONTRACT/AMENDMENTS CFW LICENSE# BL,EXP. 12/31/ UBI# ,EXP. / / '. TERM: COMMENCEMENT DATE: COMPLETION DATE: i. TOTAL COMPENSATION:$ 2 0,a51.41-..(- 3 UV 5. 01 z 73 eir/so (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES ❑NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑YES ❑NO IF YES,$ PAID BY: ❑CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: �! ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR o RETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE TO: 3 G0-3/o"�' O �3�/ —;/-6s—v DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEW INITIAL/DATE APPROVED aeerfROJECT MANAGER T / _�I3IVISION MANAGERgi•wea `� o DEPUTY DIRECTOR /, DIRECTOR �'G�/� q I Int I%B o RISK MANAGEMENT (IF APPLICABLE) roer LAW DEPT itaIni 0. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 1. CONTRACT SIGNATURE ROUTING g Q' o SENT TO VENDOR/CONTRACTOR DATE SENT: g-1`1 —1% DATE REC'D: t� �`Q o 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 IS NEEDED.) INITIAL/DATE SIGNED T 49-- ..SIGNATORY(MAYOR O'. P IRECTO• ,q`2M%i S CITY CLERK 412611 '1�1p ASSIGNED AG# AG# �(/,Q�-0 A SIGNED COPY RETURNED DATE SENT: 9 \� AL :OMMENTS: XECUTE" "ORIGINALS 1 OMR CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT i\G#18-086 001 8/13/2018 PROJECT NUMBER CHANGE ORDER NUMBER EFI-ECTTVE DATE West Ilylebos Creek S 373rd St Gravel Removal Northwest Cascade,Inc.DBA Flohawks PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: During fish relocation process,the Contractor unexpectedly encountered bull trout—federally protected species under the Endangered Species Act.As a result,work was suspended until direction from relevant Federal Agency could be obtained. This change order addresses the compensation for the standby time and the time the contractor spent on working with the federal agency for this matter. The time provided for completion in the Contract is ® Unchanged ❑ Increased ❑ Decreased by Calendar Days.This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes®No If"Yes"Will the Policies Be Extended? ❑Yes❑No PRICE CHANGE LUMP SUM: INCREASE: $3,003.01 (See attached Force Account#01 for detail) DECREASE$ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE$3,003.01 DECREASE$ 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 $70.453.85 PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $3.003.01 • *ADJUSTMENTS $ NEW CO TRACT AMOUNT $73,456.86 2‘97L _NTRACTOR'S SIGNATURE DATE DIRE OR'S SIGNATURE DATE 04 FORCE ACCOUNT#01 Project:West Hylebos Creek S 373rd Street Gravel Removal Project No.: AG 18-086 Date of Work: 8/13/18&8/14/18 Work description: During fish relocation process,the Contractor unexpectedly encountered bull trout-federally protected species under the Endangered Species Act.Asa result, work was suspended until direction from relevant Federal Agency could be obtained. This change order addresses the compensation for the standby time and the time the contractor spent on working with the federal agency for this matter. LABOR COSTS HOURS Charged RATE jIncld.FICA,MCr LAI) AMOUNT$ Name Classification Regular Overtime Regular Overtime Total Thomas Halford Foreman 2 75.45 $150.90 Barret Pace Foreman 1 75.45 $75.45 Bill Laborer 2 55.39 $110.78 Ryan Laborer 2 55.39 $110.78 Colton Laborer 1 55.39 $55.39 Gilbert Laborer 1 55.39 $55,39 Mark Flagger 2.-. 46.98 . _ $93.96 Victoria TCS 2 50.22 $100.44 29%P&O Sub-Total Labor Cost: $753.09 $218.40 , Total Labor Cost: $971.49 Total Labor Cost for Subs: EQUIPMENT COSTS l(per contractor's equipment rates) HOURS RATE Contractors Equipment Regular Standby _ Regular Standby AMOUNT F-250#C529 2 2.28 $4.56 F-250#C495 12.28 82.28 F-250#C464 2 - - 2.28 $4.56 Chevy Colorado C767 1 2.28 $2.28 T217 Roadl Trailer 2 1.86 $3.72 Small Tools Allowance $22.59 21%P&O Sub-Total Contractor's Equipment Cost: $39.99 $8.40 Rented Equipment DAYS RATE Amount Primary Dri-Prime Pump 1 $244.50 $244.50 Standby Dri-Prime Pump 1 $122.25 $122.25 Auto Diesel Control Panel 1 $62.00 $62.00 4"Self Cleaning Suction Screen 1 $57.00 $57.00 Black Water Suction Hose 1 $9.00 $9.00 90 Degree QD Bend 1 $7.00 $7.00 Heavy Duty Layflat Hose 1 $12.00 $12.00 Honey Bucket 1 $3.33 $3.33 21%P&O Sub-Total Rented Equipment Cost: $517.08 $108.59 Total Equipment Cost: $674.05 Total Equipment Cost for Subs: MATERIAL COSTS - Supplier Material Type UNIT QTY UNIT$ Amount With Sales Tax Use materials found onsite-no charge $ - $ - 21%P&O Sub-Total Material Cost: $ - $ - Total Material Cost: $ - Total Material Cost for Subs: $ - SUBCONTRACTOR COSTS Subcontractor Work Description ( INVOICE The Watershed Company Fish exclusion,removal,and relocation $ 1,212.03 12%Markup Sub-Total Subcontractor Cost: $ 1,212.03 $145.44 Total Subcontractor Cost: $ 1,357.47 SUMMARY OF FORCE ACCOUNT COSTS I ITEM TOTAL AMOUNTS Labor Costs $971.49 Equipment Costs $674.05 Material Costs $ Subcontractor Costs $ 1,357.47 TOTAL i , ;_ _ r- $3,003.01 Calculated by/Date Contra• • 'epresentativ D q 7..� 9/z4/7,,r .4 4P , / i4PYt_ /z 1 t RETURN TO: PW ADMIN EXT: 2700 ID#: 6205 i, 3270 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM ORIGINATING DEPT/DIV: PUBLIC WORKS/SWM ORIGINATING STAFF PERSON:FEI TANG _ EXT: 2751 3. DATE REQ.BY: L TyPE OF DOCUMENT(CHECK ONE): 'ONTRACTOR SELECTION DOCUMENT(E RF FP,RFQ) U UBLIC WORKS CONTRACT ❑ SMALL OR LIMITED PUBLIC WORKS CONTRACT ` 41 PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE 0 RESOLUTION o CONTRACT AMENDMENT(AG#): 0 INTERLOCAL o OTHER [. PROJECT NAME:WEST HYLEBOS CREEK S 373RD STREET GRAVEL REMOVAL •L. NAME OF CONTRACTOR: , // ' ' A L /CG , ' P!I to/LAW: ADDRESS: .C1• w! r�i „I it t , ' TELEPHONE:23 '$> '•.g. .-11 E-MAIL: 17..1_'.i'I r:1 .d 4 I: t�I FAX: ' SIGNATURE NAME: l..16i--i7. Pre 5}o'N- TITLE:etrA+YV k Aim iii STY _-- i. EXHIBITS AND ATTACHMENTS:o SCOPE,WORK OR SERVICES o COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE 0 ALL OTHER REFERENCED EXHIBITS 0 PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS . CFW LICENSE#99 Me,011) g BL,EXP. 12/31/� a UBI# 27% O4 119 ,EXP. tl /%3p/ TERM: COMMENCEMENT DATE: ,64 Q.Q �. a V ' O t`,I'0 COMPLETION DATE:_ ' D F24 I�" `' L TOTALMP ` '' 8 6 CO ET�A[ION:$ 70 6-1-533 , (INCLUDE EXPENSES AND SALES TAX,IF ANY) J (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: 0 YES o NO IF YES,MAXIMUM DOLLAR AMOUNT: $ —M IS SALES TAX OWED: o YES o NO IF YES $ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: .35��, (f/ ❑RETAINAGE AGREEMENT(SEE CONTRACT) OR ARETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: -0(i-310o J.p�� 53"-g S T y— 31 - ( , 5-0 �,�,, 1YA [. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DCATTE APPROVED ["PROJECT MANAGER %-r � �S c ��,i i 2(2 1 �j � 9 DIVISION ION MANAGER ,/�/ l�3 1 Z B /�'� v�l DEPUTY DIRECTOR ` "G.4/ 1 1 S !if, ✓ Li 1.2104Z xi DIRECTOR — - ----- 5/ ', O RISK MANAGEMENT (IF APPLICABLE) Ai LAW DEPT64-46-fic-61 3/54r # uoo,18 0. COUNCIL APPROVAL(IF APPLICABLE)COMMITTEE APPROVAL DATE' � 1 SCHEDULED COUNCIL DATE:6115{t8 COUNCIL APPROVALip 'ATE:^ ✓I� a 071 a 1. CONTRACT SIGNATURE ROUTING i4_ I 1 �1�D 413 it SENT TO VENDOR/CONTRACTOR DATE SENT: ';:// DATE REC'D:_ o 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 IS NEEDED.) INITIAL/DATE SIGNED w4; T AW DEPT til) SIGNATORY •YOR IR DIRECTOR) ��_, „� — CITY CLERK ill „ ASSIGNED AG# AG# s -00 o #EI-GePY RETURNED DATE SENT: arx-11-/$ -1y- 7 RETURN ONE ORIGINAL MMMENTS: 4V"/ / / �:ECIJTE" "ORIGINALS r �11i/�', /h4 /-`7 ,.m 1`i d 6:) /-iit lett'!_ kit/3k' 1 �li)i!` C rf"'Are,. 1 A` 6 ilie 7 LQ f�e 74 4-rtzv . �, moi '/, 1/. -..,, lI,Al, ia. Jennifer Marshall From: Mercedes Tenuta Sent: Wednesday, August 08, 2018 8:36 AM To: Jennifer Marshall Subject: AG 18-086 The routing sheet scan still shows 8/13/18 as the expiration when in actuality the start day was no later than 8/13 and goes for 20 working days (approximately near the end of September). Is there any way you can correct the routing sheet to 20 working days beginning no later than 8/13? That way I can show finance and they can correct the expiration date on the PO? Best Regards, Mv-c c Tem - Administrative Assistant II ;. Federal Way Pubi=c Warks C)eoartrnent 33325 8th Ave 5,Federal Way,WA 98003 Desk:(253)835-2'701 "i:ax:(253)835 2709 c tynffederalway.ccm 1 IFRETURNTO: PW ADMIN EXT: 2700 ID#: 5205 3270 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM . ORIGINATING DEPT/DIV: PUBI IC WORKS/SWM ORIGINATING STAFF PERSON:FEI TANG _ EXT: 2751 3. DATE REQ.BY: i. TyPE OF DOCUMENT(CHECK ONE): :V' ONTRACTOR SELECTION DOCUMENT(EFP,RF3 RFQ) UBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT ®PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT 0 SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) o ORDINANCE 0 RESOLUTION o CONTRACT AMENDMENT(AG#): o INTERLOCAL o OTHER — I. PROJECT NAME:WEST HYLEBOS CREEK S 373RD STREET GRAVEL REMOVAL ' NAME OF.CONTRACTOR: . NA ' ' 4, 4_ /G- . P:1 to.it.w ADDRESS:i'�!�C•0,8, 7 -,4i 14 Ait •, Lt il 412, 72_ TELEPHONE.Z3 'i`S '.oZV/1 E-MAIL: II..L'.i'i- ,'r:1 a4).` ,d ,,, I tqe• FAX: Mai SIGNATURE NAME: [;ISI t 1 -A- ?r 5-1. TITLE:Lard -f N'1)YII_Sat - i. EXHIBITS AND ATTACHMENTS: o SCOPE,WORK OR SERVICES o COMPENSATION o INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER TCONTRACT/AMENDMENTS REFERENCED EXHIBITS S ❑ PROOF OF AUTHORITY TO SIGN o REQUIRED LICENSES ❑ PRIOR 2 OD (19 ,EXP. (1 /3D/ R CF'JV LICENSE#99 MD a�L D BL,EXP. 1 /31/ UBI# TERM: COMMENCEMENT DATE: (( /��• �t �Cl f COMPLETION DATE: ?II 61 l$ i. TOTAL COMPENSATION:$ I Q ti-6.., , e 6 (INCLUDE EXPENSES AND SALES TAX,IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: o YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ -_- IS SALES TAX OWED: o YES o NO IF YES $ PAID BY: o CONTRACTOR ❑CITY RETAINAGE: RETAINAGE AMOUNT: ..5-,R.�. call ❑RETAINAGE AGREEMENT�/ (SEE CONTRACT) OR RETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: -50C1-3100 J 02 3-8 r `S g L J 3/ ✓ 6 To - we, m G}- 1. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED [I3/PROJECT MANAGER X DIVISION MANAGER yr t 211(7INITIAL t►q g DEPUTY DIRECTOR �;b 1 r � k.. ...._____4-0-2.,611 5 / DIRECTOR _ v I`/ - 7.7 o RISK MANAGEMENT (IF APPLICABLE) A LAW DEPT6444,pc___6) 3/54r # (Ailey p Av�t� b�° 0. COUNCIL APPROVAL(IF APPLICABLE)COMMITTEE APPROVAL DAE` 1U SCHEDULED COUNCIL DAT.E:6115M COUNCIL APPROVAL DATE: ✓LL l____1_ 1% 57/aAvviu. 1. CONTRACT SENT TO VENDOR/CONTRACTOR DATE SENT: I,l 46 DATE REC'D:_13D 113 o 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 IS NEEDED.) INITIAL/DATE SIGNED wir, LAW DEPT �� SIGNATORY YOR R DIRECTOR) �� CITY CLERK MUM . ' ASSIGNED AG# AG# s -/0 o D DATE SENT: ark-!9-1 f3 7 RETURN ONE ORIGINAL JMYIENTS: -I(/db ' � 9 11 _ / 'l f/ XECUTE" "ORIGINALS a 7la ', f � /-2- Pe -' • w the rti /Ji,,,,• R1/� e'� ' t/ti-)i, (. 4 -- /..- o di-!r's - A--2,1i62 f .e k i h-ttrti ', r2 5 �.,� Yl T v. e74e1 4.-V4 t4i 4.4�2.,,e(1.Z�. 11r m-r NW CASCADE MAY 21 2018 ORIGINAL CONTRACT #1 OF 3 CITY OF �../' CITY CLERK Federal Way ' BID AND CONTRACT DOCUMENTS ' AND SPECIFICATIONS ' FOR West Hylebos Creek South 373rd Street Gravel Removal Project 1 RFB # 18-0031\ ' City of Federal Way Public Work Department 33325 Eighth Avenue South Federal Way, WA 98003 Mailing Address: ' City of Federal Way Public Work Department ' Federal Way, WA 98003-6325 ' WEST HYLEBOS CREEK SOUTH 373RD STREET GRAVEL REMOVAL PROJECT RFB#18-003 Addendum No. 1 March 28, 2018 ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 1, the Plans and/or Bid and Contract Documents and Specifications for "West Hylebos Creek South 373rd Street Gravel Removal Project" are amended as follows: PLANS Sheet COI (Sheet 02 of 02) IAdd Note#8 as follows: "In order to access the creek beyond the existing barbed wire fence located on the south side of S. 373`a Street, it is allowed to temporarily cut and remove the fence. ' The fence must be restored following construction. It is not required to replace the fence from tension post to tension post. Wire splicing is an acceptable method of I fence restoration." The bid opening date has not changed. All bidders are required to acknowledge receiptt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. ' City of Federal Way ' Fei Tang,P.E. SWM Project Engineer 1 WEST HYLEBOS CREEK SOUTH 373RD STREET GRAVEL REMOVAL PROJECT RFB#18-003 Addendum No. 2 March 30,2018 ' ATTENTION: All Bidders and Planholders ' You are hereby notified that in Addendum No. 2, the Plans and/or Bid and Contract Documents and Specifications for "West Hylebos Creek South 373rd Street Gravel Removal Project" are amended as follows: BID SUBMITTAL DEADLINE AND BID OPENING DATE AND TIME: Bid submittal deadline and bid opening date are hereby postponed as follows: "Bid submittal deadline is postponed. The new deadline is 10:00 a.m.,April 10, 2018" ' "Bid opening is postponed. The new bid opening date and time are 10:10 a.m., April 10, 2018." ' "Deadline for questions concerning the description of the work contained in the contract document is also postponed. The new deadline is Thursday, April 5, 2018. The questions must be received by the City on or before this date." ' All bidders are required to acknowledge receipt of this addendum on page 23 of the Bid Form. Failure to do so may cause rejection of the bid. ' City of Federal Way ' Fei Tang,P.E. SWM Project Engineer 1 t WEST HYLEBOS CREEK SOUTH 373RD STREET GRAVEL REMOVAL PROJECT RFB#18-003 ' Clarification No. 1 April 3, 2018 ATTENTION: All Bidders and Planholders IYou are hereby notified of the following question(s)and clarification(s): QUESTION: I There is a contradiction in the RFB: In the Hydraulic Project Approval("HPA")it states approximately 55 CY of materials is to be removed,while in the bid sheet the quantity for the bid item for"Streambed Material Removal and Disposal Incl.Haul"is 110 CY.Please clarify. ' CLARIFICATION: 55 cubic yards is the minimum quantity of the gravel that will be removed by this project. 110 cubic yards is the I maximum quantity of this bid item. The increased quantity has been approved by the State Department of Fish and Wildlife.The approval letter is attached to this clarification. I Please note that the bid item for"Streambed Material Removal and Disposal Incl.Haul"is a contingent item of work per the Special Provisions Section 1-04.6. ICity of Federal Way IFei Tang,P.E. SWM Project Engineer 1 C4 $. State of Washington Department of Fish and Wildlife Mailing Address: PO Box 43234, Olympia,WA 98504-3234, (360)902-2200,TDD(360)902-2207 Main Office Location: Natural Resources Building, 1111 Washington Street SE, Olympia,WA April 2, 2018 ' City of Federal Way Fei Tang 33325 8th Ave S ' Federal Way,WA 98003 Dear Fei Tang: ' SUBJECT: YOUR APPLICATION FOR S. 373RD GRAVEL REMOVAL PROJECT,WDFW APPLICATION ID: 12718 ' On September 21, 2017,Washington Department of Fish and Wildlife(WDFW) first received your application materials for a Hydraulic Project Approval(HPA)for the project referenced above. Your request for a minor modification of your existing HPA has been approved. You are authorized to increase the quantity of material removed at the S. 373rd St. bridge from 55 to 110 cubic yards. Please attach this letter to your HPA on-site. ' If you have any questions,please call me at 425-313-5683. Sincerely, Larry Fisher Habitat Biologist 1 1 I irz'� BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS I FOR West Hylebos Creek South 373rd Street Gravel Removal Project RFB #18-003 Bids Accepted Until 1:30 p.m., April 2, 2018 Bids p.m., P Opened 1:40April 2, 2018 P AT: City of Federal Way Hylebos Room 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: • Public Works Department I CITY OF FEDERAL WAY, WASHINGTON 4 n ^✓�' �'°*res cu ��n€`,n �- ?? �,, � r ''T ,��' rr�' '' •r r a:+ r��.n ��; . "+k I I I I I City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 2 2018 RFB ver.4-17 I 1 I TABLE OF CONTENTS PAGE IPUBLIC NOTICE— REQUEST FOR BIDS 4 IBIDDER'S CHECKLIST 6 SECTION 1: INSTRUCTIONS TO BIDDERS 8 ISECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 15 NO BID RESPONSE FORM (Attachment A) 21 IBID FORM (Attachment B) 22 IBID SCHEDULE (Attachment C) 24 BID SIGNATURE PAGE (Attachment D) 25 I BID BOND FORM (Attachment E) 26 SUBCONTRACTOR LIST (Attachment F) 27 ' COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 28 ICONTRACTOR'S COMPLIANCE STATEMENT (Attachment H) 30 CONTRACTOR CERTIFICATION —WAGE LAW COMPLIANCE (Attachment I) 31 IPUBLIC WORKS CONTRACT (Attachment)) 32 (with Exhibits A-H and Appendices as attached) Exhibit A Notice of Completion Exhibit B Contract Change Order Agreement Exhibit C Contractor's Retainage Option Exhibit D Retainage Bond to the City of Federal Way I Exhibit E Notice to Labor Unions of Other Employment Organizations Nondiscrimination in Employment Exhibit F Certificate(s) of Insurance Exhibit G Performance/Payment Bond Exhibit H Title VI Assurances AMENDMENTS TO THE STANDARD SPECIFICATIONS PINK PAGES SPECIAL PROVISIONS BLUE PAGES 1 STANDARD PLANS, DETAILS AND PROJECT SIGN DETAILS (WHITE) APPENDIX A PREVAILING WAGES AND BENEFIT CODE KEY (YELLOW) APPENDIX B PERMIT AND AGENCY APPROVALS (WHITE) APPENDIX C City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 3 2018 RFB ver.4-17 I I CITY OF FEDERAL WAY REQUEST FOR BIDS IWest Hvlebos Creek South 373rd Street Gravel Removal Project RFB # 18-003 SUBMITTAL OF SEALED BIDS: I Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through 1:30 p.m., April 2, 2018, 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 1:30 p.m. on said date will not be considered. PRE-BID MEETING: 1 An informational meeting for interested contractors will be held Monday, March 26, 2018 at 2:00 pm. at the project site, to discuss the work to be performed. All prospective bidders are strongly encouraged to attend. IBID OPENING: All bids will be opened and read publicly aloud at 1:40 p.m. on April 2, 2018, at Hylebos Room, 33325 8th Avenue South, Federal Way, Washington, for this RFB. IAll 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 I 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. IDESCRIPTION OF WORK: This project shall consist of: IRemoving streambed material from a small branch of West Hylebos Creek in the vicinity of S 373rd Street. The only construction method allowed for this project is vacuum excavation. Traditional bucket excavator shall not be used in this project. Except vacuum hose, no motorized equipment Ishall be used outside of paved roadway. The Contractor shall complete all work within 20 working days. IThe bidder is urged to check the plans and contract provisions carefully. I All bid proposals shall be in accordance with the Instructions to Bidders and all other contract documents. Any questions concerning the description of the work contained in the contract documents must be directed to Fei Tang, P.E., SWM Project Engineer, by email at or by letter addressed to Fei Tang, P.E., SWM Project Engineer. Ifei.tang@cityoffederalway.com, The questions must be received by the City on or before Wednesday, March 28, 2018 to allow a written reply to reach all prospective Bidders before the submission of their bids. I 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 II 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 City of Federal Way RFB# 18-003 I West Hylebos Creek South 373rd Street Gravel Removal Project Page 4 2018 RFB ver.4-17 I 1 Ifull/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 I addenda and to place themselves on the"Self-Registered Bidders List" Bidders that do not register will not be automatically notified of addenda and will need to periodically check the on-line plan for addenda issued on this project. Contact Builders Exchange of Washington at (425) 258-1303 should you require assistance with access or registration. IAn 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, IWashington. 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 I 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 I bids consistent with the City's policy to ensure that such firms are afforded the maximum practicable opportunity to compete for and obtain public contracts. I The Contractor will be required to comply with all local, State, (and Federal laws and regulations pertaining to equal employment opportunities. I 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 shall start on-site work no I earlier than August 6, 2018 and no later than August 13, 2018, and must complete all work under this project by September 30, 2018. RESERVATION OF RIGHTS: I 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 Ithereof unless the award is delayed for a period exceeding thirty (30) days. Dated the 6th day of March, 2018. IDates of Publication: I Daily Journal of Commerce: March 17, 2018 March 24, 2018 Federal Way Mirror: March 16, 2018 IMarch 23, 2018 I I City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 5 2018 RFB ver.4-17 I 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. 7 Bid Form(Attachment B) The Bid Form shall be completed and fully executed, including filling in the total bid amount. tg( Bid Schedule(Attachment C) The unit prices shall be set forth in the space provided. Did Signature Page (Attachment D) The Bid Signature Page shall be filled in and fully executed by the bidder. 12( 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. ySubcontractor List(Attachment F) The Subcontractor List shall be filled in by the bidder. (This section may/may not apply) '56 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. 12( CONTRACTOR CERTIFICATIO)'1—WAGE LAW COMPLIANCE(Attachment I) This form must be filled in and fully executed by the bidder. le 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 RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 6 2018 RFB ver.4-17 Page 6 Bidder's Checklist Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SUCCESSFUL BIDDER'S CHECKLIST The following documents are to be executed and delivered to the City within ten (10) calendar days after the Bid is awarded: • Public Works Contract(Attachment 3) The successful bidder will fully execute and deliver to the City the West Hylebos Creek South 373rd Street Gravel Removal Project Public Works Contract ("Contract") from these Bid Documents. O Contractor's Retainage Option (Exhibit C) The successful bidder will fully execute and deliver to the City the Contractors Retainage Option. ❑ Contractor's Retainaae Bond (Exhibit D)—If Applicable If the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. O Notice to Labor Unions or Other Employment Organizations Nondiscrimination in gmpioyrnenit(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. O Business License The successful bidder will provide a copy of a current Business License with the City of Federal Way. City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 7 2018 RFB ver.4-17 Page 7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SECTION 1: INSTRUCTIONS TO BIDDERS 1-1 Time and Place for Submission and Opening of Bids Sealed bids must be submitted by 1:30 p.m. local time on April 2, 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 Room on April 2, 2018, at 1:10 p.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 RFS#18-003 West Hylebos Creek South 373rd Street Gravel Removal Pmject Page 8 2018 RFB ver.4-17 Page 8 Section 1 Instructions to Bidders Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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. Any questions concerning the description of the work contained in the contract documents must be directed to Fei Tang, P.E., SWM Project Engineer, by email at fei.tang@cityoffederalway.com, or by letter addressed to Fei Tang, P.E., SWM Project Engineer. The questions must be received by the City on or before Wednesday, March 28, 2018 to allow a written reply to reach all prospective Bidders before the submission of their 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 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 9 2018 RPB vet 4-17 Page 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale price, the unit price will govern and the extended amount and/or total price will be corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder,will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. 1-10 Postponement of Bid Opening The City reserves the right to postpone the date and time for the opening of bids by announcing such postponement at any time prior to the date and time announced in these documents. 1-11 Refection 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 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 10 2018 RFB ver.4-17 Page 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. B. Responsibility—The City will consider all the material submitted by the bidder, and other evidence it may obtain including information from previous project owners, to determine whether the bidder is responsible. The bidder must meet the following bidder responsibility criteria and supplemental bidder responsibility criteria to be considered a responsible bidder: 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 RON, 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 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 11 2018 RFB ver.4-17 Page 11 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within the previous three years and include for each project the following information;the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the projects listed; a written explanation of the circumstances surrounding each claim and the ultimate resolution of the claim. b. The bidder shall submit a list of projects of similar size and scope to this project and include information about each project, including the following: the owner and contact information for the owner;the awarded contract amount; the final contract amount; a description of the scope of the project and how the project is similar to this project;the bidder's assessment of its performance of each project. The information should include any information regarding performance in the following areas; quality control; safety record; timeliness ofpe rformance; 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(6)(2)(d) and referenced wage payment statutes under RCW 39.044.350(1)(g)and (2). 4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraphs (6)(1) and (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. City of Federal Way R 13#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 12 2018 RFB ver.4-17 Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1-16 Bid Documents Bidders are required to submit with the bid package the following: A. Attachment A—No Bid Response Form, if applicable. B. Attachment B—Bid Form. C. Attachment C—Bid Schedule. D. Attachment©—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 I—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 andjor provided under anyperson or agent havinganysuch interests. this contract and that it shall not employ 9 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. City of Federal Way RFB#18-003 West Hyiebos Creek South 373rd Street Gravel Removal Project Page 13 2018 RFB ver.4-17 Page 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa corn-Always Verify Scale 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 ; it shall be forfeited as fixed and liquidated damages in case the bidder fails, neglects or refuses to enter into a contract for the faithful performance of said work (including the providing of any evidence of insurance and/or performance bond required herein), in the event the contract is awarded to them, within ten (10) days after the award is made. If a bid bond is submitted in lieu of a check, it shall be executed by a corporate surety authorized to transact business in the State of Washington and in the form prescribed in Attachment E,"Bid Bond."If a letter of credit is offered in lieu of a check or bidder's bond, it shall be issued as an irrevocable documentary letter of credit drawn on a banking institution licensed to do business in the State of Washington. The letter of credit shall include instruction and provisions prescribed in Attachment E, "Bid Bond."Any questions as to the qualification of the banking institution or instruction shall be submitted to the City at least ten (10) days prior to the bid submittal date. The check, bidder's bond or letter of credit shall be attached to the bid form. 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, publishedby 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. City of Federal Way REB#18-003 West HHylebos Creek South 373rd Street Gravel Removal Project Page 14 2018 RFB ver.4-17 Page 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1-20 Bid Dispute A. Any actual or prospective bidder, including sub-contractors and suppliers showing a substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall be submitted within five (5) calendar days after the aggrieved person knows or should have known of the facts and circumstances upon which the protest is based; provided, however, that in no event shall a protest be considered if all bids are rejected or after the award of this contract. B. In order to be considered, a protest shall be in writing and shall include: (1) the name and address of the aggrieved person; (2)the RFB number and contract title under which the protest is submitted; (3) a detailed description of the specific grounds for protest and any supporting documentation; and (4) the specific ruling or relief requested. The written protest shall be addressed to: City of Federal Way Federal Way,Washington 98003-6325 Attention: Bid Protest — West Hylebos Creek South 373rd Street Gravel Removal Project RFB # 18-003 C. Upon receipt of a written protest, the City will promptly consider the protest. The City may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. SECTION 2: GENERAL CONTRACTUAL TERMS AND CORDMONS 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 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 15 2018 RFB ver.4-17 Page 15 Section 2 General Contractual Terms&Conditions Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 Fei Tang, P.E., SWM Project Engineer. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to Fei Tang, P.E., SWM Project Engineer, for response. 2-2 Proof of Compliance with Contract In order that the City may determine whether the Contractor has complied with the requirements of the contract documents, the Contractor shall, at any time when requested, submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. 2-3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the Contractor for completion of the work consist of the following: The City's Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Contractor Certification Wage Law Compliance - Responsibility Criteria, West Hylebos Creek South 373rd Street Gravel Removal Project Contract including all exhibits, Addenda and Change Orders, the West Hylebos Creek South 373rd Street Gravel Removal Project Special Provisions, contract plans, applicable Amendments to the WSDOT Standard Specifications, Standard Plans and Details, Prevaiiling Wage Rates and Benefit Code Key, Permit and Agency Approvals, 2018 WSDOT I APWA Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications"), and all other Appendices attached hereto and incorporated by this reference. 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 of Federal Way REIT#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 16 2018 RFB ver.4-17 Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • city. Except as provided herein, no order, statement, or conduct of the City will be treated as a change hereunder or will entitle the Contractor to an equitable adjustment. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the work under this contract, an equitable adjustment will be made and the contract modified in writing accordingly. However, no claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order form from the City or after giving the City the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this contract. 2-6 Work and Materials Omitted The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the contract and the value of the omitted work and materials will be deducted from the contract price and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 2-7 Washington State Sales Tax The Contractor shall make payment directly to the State for all applicable Washington State sales taxes and all other governmental taxes, assessments and charges. 2-8 Shipping Charges All prices shall include freight. Requests for additional compensation for freight charges will be rejected by the City. 2-9 Warranty All materials and equipment sold and labor performed under this contract are warranted by the Contractor to be free from defects in materials or workmanship for a period of at least one (1) year from date of delivery and installation; provided, however, that this warranty may extend beyond this time period pursuant to any attached warranties. If the merchandise sold or work performed hereunder is defective on account of workmanship or materials, the Contractor agrees to replace the merchandise or, at the City's sole option, City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 17 2018 ItEB ver.4-17 Page 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale • repair the defective merchandise. All defects in work or materials shall be promptly corrected. 2-10 No Waiver of Warranties and Contract Rights Conducting of tests and inspections, review of specifications or plans, payment for goods or services, or acceptance by the City does not constitute a waiver, modification or exclusion of any express or implied warranty or any right under this contract or in law. 2-11 Legal Relations The Contractor shall comply with all of the City's resolutions and regulations applicable under this contract and with any local, state or federal law or regulation applicable to the materials, equipment or service provided under this contract. Neither the Contractor nor the City shall assign any interest, obligation or benefit under or in this contract or transfer any interest in the same, whether by assignment or novation, without prior written consent of the other party. This contract shall be binding upon and inure to the benefit of the successors of the parties. 2-12 Applicable Law and Forum Except as hereinafter specifically provided, this contract shall be governed by and construed according to the laws of the State of Washington including, but not limited to, the Uniform Commercial Code, Title 62A RCW. Any suit arising herefrom shall be brought in King County Superior Court, which shall have sole and exclusive jurisdiction and venue. 2-13 Hazardous Chemical Communication 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 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 18 2018 RFB ver.4-17 Page 18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale reasonable forecast of actual damages which the City will suffer by the delay in delivery, the parties agree that for each such delay the Contractor will pay the City liquidated damages (and not as a penalty) in accordance with Section 1.3 of Attachment 3, Public Works Contract, to compensate for any damages caused by such delay. The City may deduct from any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. 2-15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall be excused if due to causes beyond the control and without the fault or negligence of the Contractor or City, respectively, including, but not restricted to, acts of God, acts of public enemy, acts of any government, fire, floods, epidemics, and strikes. 2-16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not complete (referred to in this subsection as "Subject Data"), shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. 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. City of Federal Way RFB#18-003 West Hyiebos Creek South 373rd Street Gravel Removal Project Page 19 2018 RFB ver.4-17 Page 19 Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. 2-18 Disagreements,Disputes,Claims,and Appeals If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, the Contractor shall follow the procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are incorporated by this reference. By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor completely waives any claims for protested Work. My 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 RFB#184)03 West Hylebos Creek South 373rd Street Gravel Removal Project Page 20 2018 RFB ver.4-17 Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale At achmentA 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. Bid Number: RFB No. 18-003 Bid Title: West Hylebos Creek South 373rd Street Gravel Removal Project u Cannot comply with specifications. u Cannot meet delivery requirement. u Do not regularly manufacture or sell the type of commodity involved. u Other(please specify). Explanation of reason(s) checked: \\A Check one of the following: u 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 RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 21 2018 RFB ver.4-17 Page 21 Attachment A No Bid Response Form Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Attachment 0 BID FORM CITY OF FEDERAL WAY West Hylebos Creek South 373rd Street Gravel Removal Project BID FORM Bidder: 0 L I Date: Li- ID-at9ti( 0- noahiu ITEM BID AMOUNT TOTAL BID AMOUNT (including Washington State sales tax, all other -701 45-3 S5 government taxes, assessments and charges) 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 West Hylebos Creek South 373rd Street Gravel Removal 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 West Hylebos Creek South 373rd Street Gravel Removal 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 West Hylebos Creek South 373rd Street Gravel Removal 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. VREENDU5Nb£.16141- Bond or Certified Check Mritrepl -nlit-4101 RV:rollers ($4 5-.Z.70 ) The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. Receipt of the following Adciendums is hereby acknowledged: City of Federal Way RFS#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 22 2018 RFB vet.4-17 Page 22 Attachment B Bid Form Provided to Builders Exchange of WA,Inc, For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Addendum No. - Date Issued: 31 ID I1 Addendum No. Date Issued: 3130K Addendum No._ Date Issued: wt/ rYeeME, T. Iw Corporation i i Firm Name (Delete Two) IA)01CLI-1-615(.9- Att. O'' ,/,1i--/t." Bidder's State License No.(� Signatur bl^(4 ' eadlatt Bidder's State Tax No. Title City of Federal Way 1B#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 23 2018 RFB ver.4-17 Page 23 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scale Attachment C BID SCHEDULE CITY OF FEDERAL WAY West Hylebos Creek South 373rd Street Gravel Removal Project RFB 18-003 NOTE: • Unit prices for all Items, all extensions, and total amount of bid must be shown. All entries must be written in ink. • All unit prices shall bldude applicable sales tax per the Standard Specifications Section 1-07.2(1). Item UNIT PRICE TOTAL AMOUNT it Sec.# ITEM DESCRIPTION UNIT QTY. DOLLARS CENTS DOLLARS CENTS 1 1-09.7 Mobilization LS 1 C(I,St) (o 1(1 "t.Sb 2 1-10.5 Project Temporary Traffic Control 1.5 1 3 7.07.5 Stream Flow Diversion LS 1 1° 15 0, 15-9,q4 I 4 7-07.5 Fish Life Removal LS 1 (l? 5•bU &10-15.0/ Streambed Material Removal and `` 5f 5 7-07.5 Disposal lad.Haul* CY 110 1 .I Water Pollution/Erosion6 8-01.5 Control IS 1 10ri01.<0. a 'i1) All unit prices shall include applicable sales tax(See SP 1-07.2) Sales Tax ' D P -41 Total + . *Contingent item of work per Special Provisions Section 1-04.6. City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 24 2018 RFB ver.4-17 Page 24 Attachment C Bid Schedule Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Attachment 0 BID SIGNATURE PAGE Date: 4oii The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services pursuant to the West Hylebos Creek South 373rd Street Gravel Removal Project, and comply with all other terms and conditions of the contract and bid documents of RFB 18-003. No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid opening. The required,bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount will be delivered to the aty. 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. COY OY� ,IBES NSOI • Corporatioh/Pa# a /I ldJ a lual Company%gi-TAD6,110f —f lO- kikks (Delete Two) By: ,A ! 0il •r� (Sign re) inef D (P nted.Name) Its: GC(t POVi4Ln (Title) 104t9, K smou; \k . PuYRtvu12, \k)A 617373 (Address) 255 - q61-1-51. X37 ) (Telephone Number) City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 25 2018 RFB ver.4-17 Page 25 Attachment D Bid Signature Page Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 1 Attachment E BID BOND FORM Herewith find deposit in the form of a certified check, cashiers check, cash, or bid bond in the amount of $ , which amount is not less than five percent (5%) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Northwest Cascade,Inc. as Principal, and Fidelity and Deposit Company of Maryland , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount and -- /100 dollars ($ 5%of Bid Amount), for the payment of which the Principal and the Surety bond themselves, their heirs and executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for: West Hylebos Creek South 373rd Street Gravel Removal 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. SIGNED, SEALED AND DATED THIS 2nd DAY OF April , 2018 Northwe s ade,Inc. D. ncipal Fidclity and Deposit ompany of Maryland L44.#d1-- Surety Karen C. Swanson Attorney-in-Fact Date: , 20_. Received return of deposit in the sum of$ City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Page 26 Gravel Removal Project 2018 RFB ver.4-17 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Julie R. TRUITT, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E. HEILESEN, Annelies M. RICHIE, Mary S. NORRELL, Heather L. ALLEN and Peter J. COMFORT, all of Tacoma, Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 5th day of October,A.D.2017. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND OEIpfk "7CIZ "y, 44:EAL X •-.1 +rr 7i !fN =U i f S Aih 4 E$w 1908 .i P} 4t1:1/ '.f -00 Secretary Vice President Michael McKibben David McVicker State of Maryland County of Baltimore On this 5th day of October,A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified,DAVID MCVICKER,Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. .0,1y 11 11 ,'s,. /? '� g1rilltl ` Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 POA-F 180-28498 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this ot.. day of LtiaApaa ,201 R. C411414. SFiS ) o m= AVM lb iew u woe !°t` SEAL toe .0640 ACID Michael Bond,Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg,IL 60196-1056 Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 West Hylebos Creek South 373rd Street Gravel Removal 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 1928 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 RON, 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 ROW, 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 ITEM NUMBERS ESTIMATED AMOUNT WISE QUALIFIED? NAME (Y/N) 1EURIEF6geb ct) 4‘70 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 27 2018 RFB vet.4-17 Page 27 Attachment F Subcontractor List Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Attachment G City of Federal Way COMBINED AFFIDAVIT AND CERTIFICATION FORM Non-Collusion, Anti-Trust, Prevailing Wage(Non-Federal Aid), Debarment, Eligibility, and Certification of Lawful Employment NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other Bidder or Bidders; and NOTICE TO ALL BIDDERS ON PROJECTS INVOLVING THE U.S. DEPARTMENT OF TRANSPORTATION (USDOT) To report bid rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above 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 RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 28 2018 RFS ver.4-17 411* Page 28 Attachment G Combined Affidavit&Certification Form Provided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa.com-Always Verify Scale , . DEBARMENT AFFIDAVIT I certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three(3)years. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five-year period: (1)Violated RCW 51.48.020(1)or 51.48.103; or(2) Committed an infraction or violation under chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The contractor hereby certifies that it has complied with all provisions of the !migration 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 aaims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit,Affidavit Of Eligibility, and Certification of Lawful Employment. West Hylebos Creek South 373rd Street Gravel Removal Project Name of Bidder's Firm ittt.- 1( . P41_41,111' Si ture of Authorized Representative of Bidder Subscribed and sworn to before me -• • da of iiiti0...—. 2041 losAl AIL Ail ANI.. ...M. - AM. All /1111.-41111, OPIUM A BASKET!' i i at„ ; / 411Pgr 101 ir 0 "V5117i4 , *Wry Public (printed/typed name of notary) *se o1 Washington *Appoint/sent AI028.2019 Notary Public in and for tiA State of Washington Expires My commission expires: nlAtliaf c24.101 9 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 29 2018 RFB ver.4-17 Page 29 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale , Attachment H CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order#11246) Date: 41-e This statement relates to a proposal contract with the City of Federal Way named West Hylebos Creek South 373rd Street Gravel Removal Project I am the undersigned bidder or prospective contractor. I represent that: I psn have, El 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. now: i—ItkiPttOK..5 Name of Bidder By; is -g-fLe_t, 0. aid ineL Sign ( re Its: CfithiALL fidlia-n - Title Pbtnx./765e19 PU0411UP, WR Q13,12_ Address City of Federal Way 1(113#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 30 2018 RFB ver.4-17 Page 30 Attachment H Contractor's Compliance Statement Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Attachment/ Contractor Certification Wage Law Compliance—Responsibility Criteria FAILURE TO RETURN INS 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 Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. r10Hittoks Bidder Name: t MOKTh fs/1Pr U 1 ; 4 114 Nameofof Contractor/Bidder-Print Full Legal Entity Name of firm By: 11/A,Ut Pm. PW/TX/ Jaih4f1) Pre-51121- Signet grf Authorized Person Print Name of Person Making Certifications for Arm Title: (L ilt1V/1 Place: 1ic4)11.11 P Title of Person Signing Certificate Print City and State Where Signed Date: 4- 11) -#61 City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 31 2018 RFB ver.4-17 Page 31 Attachment I Contractor Certification-Wage Law Compliance-Responsibility Criteria Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see vvwvv.bxwa.com-Always Verify Scale Attachment) PUBLIC WORKS CONTRACT FOR ' WEST HYLEBOS CREEK SOUTH 373RD STREET GRAVEL REMOVAL PROJECT THrS PURI IC WORKS CONTRACT ("Contract") is dated effective this _T day of ' 201 and is made by and between the City of Federal Way, a Washi gton municipal corporatio ("City or Owner"), and Northwest Cascade, Inc. DBA Flohawks 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 West Hylebos Creek South 373rd Street Gravel ' Removal Project, located at a small branch of West Hylebos Creek crossing S 373rd Street, 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: I1. 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 West Hylebos Creek South 373rd Street ' Gravel Removal Project, including without limitation: Removing streambed material from a small branch of West Hylebos Creek in the vicinity of S 373rd Street ("Work"), in accordance with and as described in the Contract Documents, which include without limitation, The City's Request for Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List, Combined Affidavit and Certification Form, Contractor's Compliance Statement, Contractor Certification Wage Law Compliance — Responsibility Criteria, West Hylebos Creek South 373rd Street Gravel Removal Project Contract including all exhibits, Addenda and Change Orders, the West Hylebos Creek South 373rd Street Gravel Removal Project Special Provisions, contract plans, applicable Amendments to the WSDOT Standard Specifications, Standard Plans and Details, Prevailing Wage Rates and Benefit Code Key, Permit and Agency Approvals, 2018 WSDOT / APWA Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications"), 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 following receipt by the Contractor of ' the City's Notice to Proceed. Onsite work shall start no earlier than August 6, 2018 and no later August 13, 2018. The Work shall be completed within 20 working days. In the event the Work is not substantially completed within the time specified, or on-site work is not started within the specified time window, 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 ' City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 32 2018 RFB ver.4-17 completed until the City has accepted the Work and delivered a written Notice of Completion of ' Public Works Contract in the form attached hereto as Exhibit"A." 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the ' public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to ' complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and ' (2) To authorize the Cityto deduct these liquidated damages from anymoney due or q 9 ' coming due to the Contractor. LIQUIDATED DAMAGES FORMULA ' LD = 0.15C 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. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 33 2018 RFB ver.4-17 If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the written notice required above, as the case may be, submit to the City a written statement setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) daysubmittalperiod upon request by the Contractor. The Contractor shall p ' 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 I 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 within 20 working days to complete, and the expiration of all warranties contained in the Contract Documents ("Term"). 3. WARRANTY ' 3.1 Reauisite 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; provided, however, that this warranty may extend beyond this time period pursuant to the warranties as specified in the special provisions, contract plans, other parts of the Contract Documents, or as attached hereto as an appendix and incorporated by this reference. This warranty shall survive termination of this Contract. Conducting of tests and inspections, review of City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 34 2018 RFB ver.4-17 specifications or plans, payment for goods or services, or acceptance by the City does not ' constitute waiver, modification or exclusion of any express or implied warranty or any right under this Contract or law. ' 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Seventy Thousand Four Hundred Fifty-Three ' and 85/100 Dollars ($70,453.85) which amount shall constitute full and complete payment by the City ("Total Compensation"). 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. ' 4.3 Nonpayment. The shall have the right to withhold payment to the Contractor for City 9 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 1 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. ' City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 35 2018 ' RFB ver.4-17 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, ' unless based upon a bona fide occupational qualification in relationship to hiring and employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with, and shall not violate any of the ' terms of, Chapter 49.60 RCW, Title VII of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material violation of this provision shall be grounds for termination of this Contract bythe Cityand 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 an agrees to resolve such conflicts of interest in favor of the City. 9 Y ' i 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the under agrees to notify the City and complete any required form if the Contractor retired u der 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. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 36 2018 ' RFB ver.4-17 7.2 Termination For Cause. The City may immediately terminate this Contract, take possession of the Property and all materials thereon and finish the Work by whatever methods it may deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. (2) If the Contractor should make a general assignment for the benefit of its ' creditors. (3) If a receiver should be appointed on the account of insolvency of Contractor. 1 (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. 1 (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. 1 (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 1 (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. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 37 2018 ' RFB ver.4-17 (4) Remedies Not Exclusive. No remedy or election under this Contract shall be ' deemed an election by the City but shall be cumulative and in addition to all other remedies available to the City at law, in equity or by statute. 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend, and hold the ' City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused ' by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. ' Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation ' acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend, and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, ' demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licenses, or representatives, arising from, resulting from or connected with this Contract to the extent solely ' caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE ' 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating which is satisfactory to the City: ' (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; ' (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: t (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 38 2018 ' RFB ver.4-17 (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, t its officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. ' (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made"or"claims paid"form. ' 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by the Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to ' bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. ' 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. ' 9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. ' 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 1 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. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 39 2018 RFB ver.4-17 11. SAFETY ' Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). ' Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger ' signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and ' maintain a safe storage place for its materials and equipment and is solely responsible for the same. ' 12. PREVAILING WAGES 12.1 Wages of Employees. This contract is subject to the minimum wage requirements of Chapter 39.12 RCW and Chapter 49.28 RCW (as amended or supplemented). On Federal-aid projects, Federal wage laws and rules also apply. The Hourly minimum rates for wages and fringe benefits are listed in Appendix B. When Federal wage and fringe benefit rates are listed, the rates match those identified by the U.S. Department of Labor's"Decision Number"shown in Appendix B. The Contractor, any subcontractor, and all individuals or firms required by Chapter 39.12 RCW, Chapter 296-127 WAC, or the Federal Davis-Bacon and Related Acts (DBRA) to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by Chapter 39.12 RCW or the DBRA. Higher wages and benefits may be paid. When the project is subject to both State and Federal hourly minimum rates for wages and fringe benefits and when the two rates differ for similar kinds of labor, the Contractor shall not pay less than the higher rate unless the state rates are specifically preempted by Federal law. The Contractor shall ensure that any firm (Supplier, Manufacturer, or Fabricator) that falls ' under the provisions of Chapter 39.12 RCW because of the definition "Contractor" in Chapter 296- 127-010 WAC, complies with all the requirements of Chapter 39.12 RCW. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; ' (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 40 2018 ' RFB ver.4-17 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 copyof an approved "Affidavit of PrevailingWages Paid," State L&I form number PP 9 F700-007-000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. ' The Contractor shall be responsible for requesting these forms from the State L&I and for p q 9 paying any approval fees required by State L&I. ' CertifiedPaY required are re uired 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 I 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. I16. BOOKS AND RECORDS City of Federal Way RFB# 18-003 ' West Hylebos Creek South 373rd Street Gravel Removal Project Page 41 2018 ' RFB ver.4-17 The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State ' Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs ' from any remaining payments due to the Contractor. ' 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not ' disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration ' number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by Chapter 70.87 RCW, if applicable. ' 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor ' responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. ' 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have ' been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers'compensation) coverage for the ' subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 42 2018 RFB ver.4-17 I 19. GENERAL PROVISIONS I19.1 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 Iillegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 11 I 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be ibinding 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 I 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 I shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. I19.7 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 I 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 I represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. I19.10 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 addresse sct f_orth��lloov� or by email to Fei Tang at fei.tang@city ffederalway.com for the City, and to /la 1JMM Iat e-mail address C Y1Q � UI)U7. 11dQL tA. for the Contractor. Any notices may be delivered person to the addressee of the notice, emailed to the contact listed above, or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice I so posted in the United States mail shall be deemed received three (3) days after the date of mailing. i City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 43 2018 IRFB ver.4-17 1 19.11 Captions. The respective captions of the Sections of this Contract are inserted for ' convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. ' 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. ' 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91-54, as amended, occurs as a result of the formation and/or performance of this Contract, this Contract ' may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. DATED the day and year set forth above. I9 [signature a e follows] page 1 I 1 I 1 1 ' City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 44 2018 RFB ver.4-17 I CITY OF FEDERAL WAY: I dir e gy: ' •1m Ferrell, Mayor 33325 8th Avenue South Federal Way, WA 98003-6325 IATTEST: I A / I Ottli. NAkrtee S s h:nie Courtney, CMC, i Clerk tY IAPPROVED AS TO FORM: I - tiel d*7---- Vof) Ryan Call, City Attorney INORTHWEST CASCADE, INC. DBA FLOHAWKS: I BY /OPjeoim— Janet D. Preston, Contract Administrator I P.O. Box 73399 Puyallup, WA 98372 (253) 848-2371 ISTATE OF WASH GTON )/1L1'I/L ' COUNTYOF ) On this day personally appeared before me Janet D. Preston, to me known to be the Contract I Administrator of Northwest Cascade, Inc. DBA Flohawks that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that she was I authorized to execute said instrument and that the seal affixed, if any, is the corporate seal of said corporation. GIVEN my hand and official seal this 2`/ day of , 20&. 1 ry� U fl SOn SONDA JOHNSON (typed/printed name of notary) Notary Public Notary Public in and for the State of Washington. I 4State of Washington My commission expires t ( ---;2 My Appointment Expires Nov 22. 2021 I City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 45 2018 I RFB ver.4-17 ' - II EXHIBIT A 111 _ Ir- ...2 .t.4. El ) Original 0 Revised 4 - IDate: NOTICE OF COMPLETION OF PUBLIC WORKS C:ONTRACT Contractor's UI31 Number: Name&RAM' g Address of Pub&Agency Department Use Only Iv......010.1 iv Date Assigned 'URI?hasher: I ?reflect N2The Voice i+,hereby Rirrn relative to the completion of contrail or projeu described below Cantractilimber Job Order Cnutractufg 0 Nr•c, El -.., best-imbue of S ark Demeibmbrite kbrid/Widnes** I Federnity funded iT2111Tertlittlell project7 Contractor 1.Name D .,‘, , 111 No r-enaul Address (dyes,precede Contract Road Statement below) I lAthdasir 113' Contractor Address inbone* Ili Rettanne as nat wehheld,plea..e- select one of the Most*mid last Sintly's Name& and Number_ 0 Reraffwe Broil El Cr un it Paytttritt Kahl iii!., ..1':kid ITAPIvrt %,4 • I IB(WM Nil;Myr IDate Contract Awarded -Date Work Commenced rate Waik Compleid Dat ll Were Subcontrarrers wedmills project II se,Mease cowlete Addendum A_ e Work Accepted Eller% D No . r.:ierive wilt he granted in ii I .1, .--..:...,. ... 1.•..... I s .iiii....' 's '11.1.1I Additions ( -.. S S liquidated Damages S Reduirions ( ) S Amount Disbursed S tre,rentio mitt,vpSadit-Tabi .... .-)..1 J Ainnunt Retained S I Sales Tits Rale % ly r114,144(4 4.01111 11 In m1.11.,...,,o SACS,'LIM Affititirli S i C onnricnic TOTAL * •1 1-1 Trigm5 0.00 idt.mica he equal IRYTAL \ 1111111111111111111 i Nair Bk:I II st act mg 1 WI CO'Tilq<;ii!tra 1 this cern'.leica n oti Le i[Twin Mid:,after,1,.:, rt once.of the*ilk iii,nc limier this,iiinITAC.1 I '.ii PAYMENT SF IA1 1 HE MAIJE FRI I M RETAIN:El i FUNI IS um ii recoir I of all rciOn,C cell iti La te. Submitting Tatar.I !owe 4ishinit dte cempleted eery..r. .,-.,i i ir Al three agerkm es h eV., ( MI Iiili \arm: Tide III F411:111 A drirkS% D epartment uf Ruvanun P ublic Mule Section 4111)ithoh legion Maar Copirtrvent If Labor& Industries Phone Number: Smola want Security Rao Petrillo n,inq uiry, ire OGG i 704.5656 Contract larioaau PNCOdur.eu.iroy ST 1 '61 a 4 4,0 lltmnitim d 's a Coordination I mu 6 ,plk, u • IREV 11 11112.11.e I ill 2ri I 5i F21 54i 1 a-ii nli Ili-21i 1.1 C4101tolL IR11.1.1,41,31—NLWA.C,CY.. I Jen 902 64ffl public..anles,ated.eu.ouv ICity of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 46 2018 RFB ver.4-17 i Adienim Pimalist al Sulicamirachurs Sub-fiers Below 'nu s atklutiktin can be,t±initicil UI viler terirut Print&kw wit Aida.,II, Ii irr. naludgazigkaajtollej SuhLmaniaLrew Name I:111 Ntimher tRequiretb Airalivit ID* FriI 4,4 arislillAnCC tit to TOr4iieSithus(IGIMM(111 ITI An A ticriy lc p 1c4cc II IWIC 047.770/1 Tc( Y mgrA mary thc %iv arrhirivirin Rclary Scrvirc hv calling 711 REV 31 I141211t:Arildeittlum 11 tI2E.15 F:115 1;314 013(1 UI 21111 City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 47 2018 RFB ver.4-17 111 EXHIBIT B I CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT i PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR ISUMMARY 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 II herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? ❑Yes❑No p g I If"Yes"Will the Policies Be Extended? ❑Yes ElNo I PRICE CHANGE LUMP SUM: INCREASE$ DECREASE$ UNIT PRICE: ITHE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE I TOTAL NET CONTRACT: INCREASE$ DECREASE$ ISTATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of 1 the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: IORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ I THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ iCONTRACTOR'S SIGNATURE DATE iDIRECTOR'S SIGNATURE DATE i City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 48 2018 I RFB ver.4-17 1 ADJUSTMENTS 1 CHANGE ORDER ESTIMATE IS HEREBY ❑INCREASED $ ❑DECREASED $ PAY THIS ADJUSTED AMOUNT: $ 1 DIRECTOR'S SIGNATURE DATE 1 1 i 1 1 1 1 1 1 H1 City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 49 2018 RFB ver.4-17 EXHIBIT C CONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: West Hylebos Creek South 373`d Street Gravel Removal RFB No: 18-003 ' Contractor: Northwest Cascade,Inc. DBA Flohawks 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: 1 0 Option 1: Retained in a fund by the City of Federal Way. No interest will be paid to the contractor. 0 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. ID 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. 0 Option 4: Contractor shall submit a"Retainage Bond"on City-provided form(Exhibit D of this Agreement). Contractor Signature Date 1 I I City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 50 2018 RFB ver.4-17 I , , I Bond No. 09281642 EXHIBIT D I .— RETAINAGE BOND TO CITY OF FEDERAL WAY : , WEST HYLEBOS CREEK SOUTH 373RD STREET GRAVEL REMOVAL PROJECT IKNOW ALL PERSONS BY THESE PRESENTS that we the undersigned, Notthw•.-,. Cacade,_Inc. WA,Flohawks, as principal CPrincipal ), and Fidelity and Deposit Company of Maryland a Corporation organized and existing under the 1F'-^ laws of the State of Maryland 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: Three Thousand Five .—. Hundred Twenty-Two and 69/100 Dollars ($3,522.69) for the payment of which sum we bind ourselves and our 1 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. I B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the ViLest livieb45,creek SQ&Ith 375.tr_Mt.qtaYe..t_ReMC/val Project,which contract is incorporated herein by this reference( Contract"),and I ,--, 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 I 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 I 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 1 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 Iprovided for in the manner and within the time set forth,for the amount of$70,453.85; 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 Ir-1 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 I 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 1event 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 1 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 I I , Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount,such increase, however,not to exceed twenty-five percent(25%)of the original amount of this bond without consent of the Surety. I City of Federal Way West Hylebos Creek South 373rd Street RFB ti 18-003 Gravel Removal Project Page 51 2018 ° RFB ver.4-17 I 1 _ -- - I . rs I 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 --. 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. r-, The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect I , 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 e-- Surety and the Surety shall pay to the City any actual costs irrhich exceed the City estimate, limited to the bond amount. i 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 f I 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. I The parties have executed this instrument under their separate seals this 25 day of May , 20 18, 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. ' Ir--, CORPORATE SEAL: I PRINCIPAL NORTHWEST CASCADE, INC. DBA FLOHAWKS i I ,...., BO D. netPreston Contract Administrator PO Box 73399 .--, Puyallup,WA 98372 I CORPORATE SEAL: SURETY Fidelity and Deposit Company of Maryland Cl' l () N: ` ; j - 0 1., ,..• ,,p y; 0 4011PORA,r -0.: •:, , Attorney-in-Fact I .,‘ (Attach Power of Attorney) 1 , 1 F1 C /Z... r . - 4!,. Title: Karen C. Swanson,Attorney-in-Fact of „-sc • k•," ' 4 4.` Address: P. 0. Bpx 2940 • , . . , ,.,..- I ,4 , , , Tacoma,WA 98401 , 1 I I City of Federal Way West Hylebos Creek South 373rd Street Gravel Removal Project Page 52 RFB# 18-003 2018 ---, RFB ver.4-17 I I Ir-- CERTIFICATES AS_T_O C lOg _TE SEAL II hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal In the within bond; that Janet D. Preston who signed the said bond on behalf of the Principal, was con= ,---. Adrnti of said Corporation; that I know her signature thereto is genuine, and that said bond was duly I : signed,sealed, and attested for and in behalf of said Corporation by authority of its governing body. C7—.7 ofaiksi!tant Secretary II hereby certify that I am the(Amtfrukt,b5eadierpoteltekootosatii§K named as Surety In the within bond; that Karen_C,Sletanson , who signed the said bond on behalf of the Surety, was Morney-in-Fact _ ,, of the siciCorporation; that I know his or her signature thereto is genuine, and 1 I — that said bond was duly signed, sealed, and attested for and In behalf of said Corporation by authority of its governing body. , . 17 (0 0 t I rci!A 1 „,,,,,„„ „ 'V ,....,.,... , . ......, ,,,.. ",. IP--. Carley Espiritu,Wit--ss APPROVED AS TO FORM: 1 — /of/A11111111V se -(-0,/.1. Ryan Call,City Attorney I -^ I 1 i --- , - I ' I City of Federal Way West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project Page 53 2018 RFB ver.4-17 I I I ZURICH AMERICAN INSURANCE COMPANY I COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY I KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which I are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON,Julie R. TRUITT, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E. HEILESEN, Annelies M. RICHIE, Mary S. NORRELL, Heather L. ALLEN and Peter J. COMFORT, all of Tacoma, Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and I as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the I regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. I The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF,the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said I ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 5th day of October,A.D.2017. ATTEST: I ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND Qik ,�N�=NS wry j .f �Vi :.w6/`O"1/Al,, SEAL ` �2'ti. 19De ,,yy 3 ♦tom O'r.r, *t'$ ,ZNt I Secretary Vice President Michael McKibben David McVicker IState of Maryland County of Baltimore On this 5th day of October,A.D. 2017,before the subscriber, a Notary Public of the State of Maryland,duly commissioned and qualified,DAVID I MCVICKER,Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said I Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. , .. 'i",1111110 I Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 1 POA-F 180-2849B EXTRACT FROM BY-LAWS OF THE COMPANIES I "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President I may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time. I CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V, Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of I Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary I and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of I Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a I meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a I certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, I this ; day of I1A X./1 ,20 4S-' a ' s in: Alt � 1H► i iUi �}�- 8ffiA �-` ,.\\i 1I� 4i6 1Y0B a / . NNS I`$t�N.44ff\r ;yrs • . 1P00 av acp IAitio Michael Bond,Vice President , TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: I Zurich American Insurance Co. Attn: Surety Claims I 1299 Zurich Way Schaumburg,IL 60196-1056 1 I EXHIBIT E NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: ALL EMPLOYEES AND TO: 'u try "1A41,s (Name of Union or Organization) 9 ) The undersigned currently holds contract(s) with 1101411 1 involving funds or credit of the City of Federal Way, Washington, or (a) subconract(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 1 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: Fei Tang, SWM Project Engineer City of Federal Way 33325 8th Avenue South ' Federal Way, WA 98003 171,1Mat51 , Po /3iSdx 12.399 ' attik4 tun- 7 3 ( ontra r or subcontractor) •�. i< b Date 12/nee/V. i//m1/j City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 54 2018 ' RFB ver.4-17 EXHIBIT F ' CERTIFICATE OF INSURANCE 1 1 1 1 1 1 1 1 I 1 i 1 1 111 1 City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 55 2018 ' RFB ver.4-17 1 Client#:12831 NORTCASCI ACORDr. CERTIFICATE OF LIABILITY INSURANCE 5/31 DATE(MM/DD/YYYIf) M/DDN /2018 ITHIS 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. IIMPORTANT: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 ACT Casondra Mossuto Propel Insurance PHONE 800 499-0933 FAX 866 577-1326 Ralf.,Ext): (AIC,No): Tacoma Commercial Insurance E-MAIL casondra.mossuto ro elinsurance.com 1201 Pacific Ave,Suite 1000 ADDRESS: @P P 1 INSURER(S)AFFORDING COVERAGE NAIL# 1 Tacoma,WA 98402 INSURER A:Zurich American Insurance comp 16535 INSUREDINSURER B:Starr Surplus Lines Insurance 13604 Northwest Cascade Inc.dba FloHawks Evanston,n,a,,,c,C,,,e,n, 35378 Honey Buckets&North Bay Portable INSURER C INSURER D: I PO Box 73399 f Puyallup,WA 98373 INSURER E: 1 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLjSUBR POLICY EFF POLICY EXP LIMITS LTR INSR:WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) I A X COMMERCIAL GENERAL LIABILITY X X GLA013642403 10/01/2017 10/01/2018 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES(Ea occurrence) $300,000 X PD Ded:$5,000 MED EXP(Any one person) $10,000 j PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 _ POLICY X JECOT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ I AUTOMOBILE LIABILITY— COMBINED SINGLE LIMIT _ A X X GLA013642403 10/01/2017 10/01/2018(Eaaccident) $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ _ AUTOS AUTOS HIRED AUTOS X NONO-OWNED PROPERTY DAMAGE $ IA AUTS (Per accident) — PD Liab.Ded $$5,000 B UMBRELLA LIAB X OCCUR X X 1000584667171 10/01/2017 10/01/2018 EACH OCCURRENCE $5,000,000 _ x EXCESS LIAB I I CLAIMS-MADE AGGREGATE $5,000,000 I AND EMPLOYERS'LIABILITY Y/N DED X RETENTION sO $ A WORKERS COMPENSATION WC013642503 10/01/2017 10/01/2018 X STATUTE OTH- ER ANY PROPRIETOR/PARTNER/EXECUTIVE Incl.USL&H& E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A'; (Mandatory in NH) WA Stop Gap E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under j — DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 I C Pollution Liab. CP002899012017 10/01/2017 10/01/2018 $1,000,000 Occ/Agg $25,000 Deductible IDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:West Hylebos Creek-S 373rd St Gravel Removal Project The City,its officers,officials,employees,volunteers and agents are included as Additional Insured per the attached endorsement(s). ' ICERTIFICATE HOLDER CANCELLATION ANY OFCity of Federal Way THE SHOULD EXPIRATION DATE E V THEREOF,E E NOTICEIES WIBLL E CELLED BE CDELIVEREDO NE I 33325 8th Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Federal Way,WA 98003-6325 AUTHORIZED REPRESENTATIVE II ,EAr e. ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD 111 #S3211054/M2970344 JMR00 I IThis page has been left blank intentionally. I 1 I I I I I I I I I I I 1 I I I I I 0 IAdditional Insured —Automatic — Owners, Lessees Or ZURICH Contractors I Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. GLA 0136424-03 10/01/2017 10/01/2018 73038000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. INamed Insured: Address(including ZIP Code): I This endorsement modifies insurance provided under the: ICommercial 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 I 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: I 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 I 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 I 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: IThis 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: I 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. , IThis 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 Irendering of or the failure to render any professional architectural, engineering or surveying services. I I U-GL-1175-F CW(04/13) Page 1 of 2 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: 1 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 III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1 1. Required by the written contract or written agreement referenced in Paragraph A.of this endorsement;or 2. Available under the applicable Limits of Insurance shown in the Declarations, 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. I 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 IWaiver Of Subrogation (Blanket) Endorsement IIIPolicy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer Add'I Prem. Return Prem. GLA 0136424-03 10/01/2017 10/01/2018 73038000 $ INCL $ I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part I 1 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 others,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to Iany other operations in which the insured has no contractual interest. t 1 1 I I i 1 1 U-GL-925-B CW(12/01) Page 1 of 1 I I I I Other Insurance Amendment — Primary And Non9 - Contributory ZURICH Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. IGLA 0136424-03 10/01/2017 10/01/2018 73038000 INCL ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address(including ZIP Code): IThis endorsement modifies insurance provided under the: Commercial General Liability Coverage Part 1. The following paragraph is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: I This insurance is primary insurance to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: a. The additional insured is a Named Insured under such other insurance; and I b. You are required by a written contract or written agreement that this insurance would be primary and would not seek contribution from any 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 I 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 I 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 written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. I All other terms and conditions of this policy remain unchanged. I I I I U-GL-1327-B CW(04/13) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I IPOLICY NUMBER:GLA 0136424-03 COMMERCIAL GENERAL LIABILITY CG 25030509 ITHIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) I GENERAL AGGREGATE LIMIT IThis endorsement modifies insurance provided under the following: ICOMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE I Designated Construction Project(s): A GENERAL AGGREGATE LIMIT APPLIES TO EACH CONSTRUCTION PROJECT WHERE THE NAMED INSURED IS PERFORMING OPERATIONS, HOWEVER, A GENERAL AGGREGATE LIMIT DOES NOT APPLY TO ANY CONSTRUCTION PROJECT WHERE THE INAMED INSURED IS PERFORMING OPERATIONS THAT ARE INSURED UNDER A WRAP UP OR ANY OTHER CONSOLIDATED OR SIMILAR INSURANCE PROGRAM. IInformation required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences"under Section I —Coverage A,and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit I under Section I —Coverage C,which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated I 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project,and that limit shown in the Schedule above. I is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the I sum of all damages under Coverage A,except damages because of"bodily injury"or General Aggregate Limit shown in theDeclarations, such limits will be subject to the "property damage"included in the"products- applicable Designated Construction Project completed operations hazard",and for General Aggregate Limit. I medical expenses under Coverage C regardless of the number of: a. Insureds; Ib. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing "suits". I ICG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 0 I B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products completed operations hazard"is "occurrences"under Section I —Coverage A,and provided,any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage"included in under Section I —Coverage C,which cannot be the"products-completed operations hazard"will attributed only to ongoing operations at a single reduce the Products completed Operations designated construction project shown in the Aggregate Limit,and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. ' damages or under Coverage C for medical expenses shall reduce the amount available D. If the applicable designated construction project has been abandoned, delayed, or abandoned under the General Aggregate Limit or the and then restarted, or if the authorized Products-completed Operations Aggregate contracting parties deviate from plans, blueprints, ' Limit,whichever is applicable;and designs, specifications or timetables, the project 2. Such payments shall not reduce any will still be deemed to be the same construction Designated Construction Project General project. Aggregate Limit. E. The provisions of Section III —Limits Of Insurance not otherwise modified by this endorsement shall continue to apply as stipulated. 1I I I I Page 2 of 2 © Insurance Services Office, Inc., 2008 CG 25 03 05 09 0 1 0 Coverage Extension Endorsement ZURICH 1 Policy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer No. Add'I.Prem Return Prem. ' GLA0136424-03 10/01/2017 10/01/2018 73038000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. IThis endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured I 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": I a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your 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. 1 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" 111 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 I 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 pp rY Y I Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an I "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. I U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I1 C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: ' This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the ' Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: ' Lease Or Loan Gap Coverage In the event of a total "loss"to a covered"auto",we will pay any unpaid amount due on the lease or loan for a covered ' "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form;and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease;and ' (5) Carry-over balances from previous leases or loans. F. Towing and Labor ' Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to$75 for towing and labor costs incurred each time a covered "auto"of the private passenger type is disabled. However,the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a.of the Physical Damage Coverage Section: ' If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. ' H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: ' U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto" I (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". IHowever,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 I 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: I (1) The reasonable cost to replace; or I (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: I (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. I (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. I (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. I Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III— Physical Damage Coverage in the Business Auto Coverage I 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 I 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: I (a) Are the property of an"insured"; and (b) Are in a covered"auto"at the time of"loss". I 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". 111 U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I IK. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles IThe following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you 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: III 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. I 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: 1 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: A Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute "auto" unless the"loss" results from fraudulent acts or I omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it Ireplaces. O. Amended Duties In The Event Of Accident, Claim,Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim,Suit Or Loss Condition is replaced by the following: 1 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 I 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. UP. 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. 1 U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability ' 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 111 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. 1 1 . r". IEXHIBIT G ,--, I Bond No.09281641 CITY OF FEDERAL WAY PERFORMANCE/PAYMENT BOND f--, I KNOW ALL PEOPLE BY THESE PRESENTS: Fidelity and Deposit Company We, the undersigned Northwest CaScade, Inc. DBA Fiohavyks, ("Principal")and of Maryland , ,-- the undersigned corporation organized and existing under the laws of the State of Maryland 1 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 5eventy Thousand ,--, Four Hundred,Fifty-Three and 05/100 Dollars ($70,453.85) for the payment of which we firmly bind ourselves Rand 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. I _; The Principal has entered into an Agreement with the City dated L___i tt4-to„I 3 , 20dforVV...e .t. Hylebos Cree55olith 373"1 Street—G.0yd Removal I ,-- NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all I ,-- 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 I 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. I — 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 I 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 I '- 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. IWithin 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 I 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, I 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 Iits 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 City of Federal Way RFB i,F 18-003 Ill West Hylebos Creek South 373rd Street Gravel Removal Project Page 56 2018 'IA RFB ver,4-17 . .• f ISurety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. I 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 2L day of May 2018 . [signature page follows] I I r- I - I - I in I City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 57 2018 RFB ver.4-17 cri, _ I ' I I p-- Northwest Cascade, Inc. DBA Flohawks CORPORATE SEAL OF PRINCIPAL: PRINCIPAL I H By: '04 J.,t--/d. 0,1)2(ithot I Pet D. Preston,i 'Contract Administrator •.0.Box 73399 Puyallup,WA 98372 (253) 848-2371 I ,--, I ,---, CERTIMATE AS TO CORF'ORATE SEAL I hereby certify that I am the(Assistant)Secretary of the Corporation named as Principal in the within bond;that Ningt_Qt_prgon, who signed the said bond on behalf of the Principal,was Contract I --• Administgepr of the saki Corporation;that I know 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. , ( ----, I / Secretary017. sistaroyXetapi _ I CORPORATE SEAL OF SURETY: Fidelity and Deposit Company of Maryland SURETY I - () By: 0424— Attorney-in-Fact (Attach Power of Attorney) I ,.._, to;pi;,„' , ,e , Karen C. Swanson,Attorney-in-Fact „ ..„'.i0-,: '',."Af (Name of Person Executing Bond) -.,,,,,2 •'",t,,,I,Ai, ,' 4,c., I ,' 0010/1104.'1‘,C2.);,_ ,s Propel Insurance 41 4..,,„ V.," -io ; C) 'I'. '. X i :' I' ''..* 1 8 90 r ,g, 4,;, . P. 0. Box 2940,Tacoma,WA 98401 (Address) I '' .' .• V 41 ;r:i''1;;'^jr`: (253)759-2200 , , (Phone) * IAPPROVED AS TO FORM: I / r ../M oriirfr 4j / 3. Ryan Call, City Attorney -- I 1 City of Federal Way RFB#18-003 I West Hylebos Creek South 373rd Street Gravel Removal Project Page 58 RFB ver.4-17 ) ''", 4 it. ,i , I I ZURICH AMERICAN INSURANCE COMPANY I COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY I KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York,the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by DAVID MCVICKER,Vice President,in pursuance of authority granted by Article V,Section 8,of the By-Laws of said Companies,which I are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON,Julie R. TRUITT,Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E. HEILESEN, Annelies M. RICHIE, Mary S. NORRELL, Heather L. ALLEN and Peter J. COMFORT, all of Tacoma, Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and IIas its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the Iregularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. I The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said I ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 5th day of October,A.D.2017. ATTEST: I ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 0110111 ilb Dirt), „ =.nr„� EEAL `j`4 — 1.11 me ? i ./ ' 4> By: * \ I Secretary Vice President Michael McKibben David McVicker IState of Maryland County of Baltimore On this 5th day of October, A.D. 2017, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, DAVID I MCVICKER,Vice President, and MICHAEL MCKIBBEN, Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said ' Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. . .J��', .. I....!, . 1,,‘ ;\. i ., l`ic' a L2 C�.��u�-ate . •,'U`i�;'.�,,> ,,,,;"..,/..,..i...;.4.,- I Constance A.Dunn,Notary Public My Commission Expires:July 9,2019 IPOA-F 180-28498 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do further certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. , RESOLVED. "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WIIFRFOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies. this ,l5 day of 11.1 : I ,20 I es, tautly �k,.'-d1O'Yr•P 17s . I • i ES A L :x; 05 r oy * ' • Michael Bond,Vice President ' TO REPORT A CLAIM WITH REGARD TO A SURETY BOND,PLEASE SUBMIT ALL REQUIRED INFORMATION TO: Zurich American Insurance Co. Attn: Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 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 1 City of Federal Way RFB# 18-003 ' West Hylebos Creek South 373rd Street Gravel Removal Project Page 59 2018 RFB ver.4-17 6. Incorporation of Provisions IThe 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 Irespect 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 I in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. I I I I 1 1 I I I 1 ICity of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 60 2018 I RFB ver.4-17 A My DOR I I 1 i My DOR Unauthenticated Business Lookup NORTHWEST CASCADE,INC. _ i Tax Information New search Back to results I Entity name: NORTHWEST CASCADE,INC. Entity type: Corporation Excise tax account ID#: 278-049-149 I UBI#: 278-049-149 Opened: November 13,1967 Closed: I Mailing address: PO BOX 73399 PUYALLUP WA 98373-0399 NAICS: 238220-Plumbing,Heating,and Air-Conditioning Contractors Reseller Permit(s) Filter Reseller permit# i Status i Effective date !Expiration date I . : ..J A17418919 Active Jan-01-2018 Dec-31-2019 I A1.118917 Expired Jan-01-2016 Dec-31-2017 A17418915 Expired Jan-01-2014 Dec-31-2015 I A17418913 Expired Jan-01-2012 Dec-31-2013 4 Rows I Business License Locations Filter 'Business name L — , . I License account ID# Location address _ — NORTHWEST CASCADE,INC. 278049149-001-0001 10412 JOHN BANANOLA WAY E PUYALLUP WA 98374-9333 I NORTHWEST CASCADE,INC. _2;8049149-001-0002 3140 W HWY 16 GORST WA 98337 NORTHWEST CASCADE,INC. 278049149-001-0005 RD NE 15919 WOODINVILLE-REDMOND WOODINVILLE WA 98072 I NORTHWEST CASCADE,INC. 4 Rows 278049149-001-0003 16207 MERIDIAN E PUYALLUP WA 98375-6201 I Working together to fund Washington's future I . 1 I I I 1 1 1 .,, I Home Espanol Contact Search L&I St Alc:.-4 IA-Z Index Help My L8E.I ISafety&Health Claims&Insurance Workplace Rights. Trades&Licensing 1 Washington State Department of 0 Labor & Industries INORTHWEST CASCADE INC Owner or tradesperson PO BOX 73399 PUYALLUP,WA 98373-0399 I Principals 253-848-2371 LILIEQUIST,CARL ANDERS,PRESIDENT PIERCE County POTTS,GREGORY ALLEN,TREASURER I HEWES,CAMERON MOSES,DIRECTOR mariani,gary e,DIRECTOR Gorski,Donald Joseph,DIRECTOR I Jones,Harvey Norton,DIRECTOR WINGARD,WILLIAM B JR,SECRETARY (End:09/16/2013) I Diklich,John Martin,PRESIDENT (End:09/21/2015) BARGER,STEPHEN Richard,VICE PRESIDENT I (End:09/21/2015) PERRY,MARK Roger,SECRETARY (End:10/27/2015) IDoing business as NORTHWEST CASCADE INC I WA UBI No. Business type 278 049 149 Corporation Governing persons I MARK R PERRY J R INMAN; RON INMAN; I CARL LILIEQUIST; CLINT MYERS; GREG POTTS; ILicense . Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. IMeets current requirements. License specialties GENERAL I License no. NORTHCI148BG Effective—expiration 01/07/1986—10/02/2019 I Bond Fidelity&Deposit Co of MD $12,000.00 Bond account no. I09090648 Help us improve i I Received by L&I Effective date 09/17/2012 10/01/2012 Expiration date Until Canceled I Bond history Insurance IZurich American Ins Co $1,000,000.00 Policy no. GLA-0136424-02 . Received by L&I Effective date I 09/29/2017 10/01/2016 Expiration date 10/01/2018 IInsurance history Savings No savings accounts during the previous 6 year period. I Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts I No LSI tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. IWorkers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. I 265,081-00 L&I Account ID Account is current. Doing business as I NORTHWEST CASCADE INC Estimated workers reported Quarter 4 of Year 2017"Greater than 100 Workers" L&I account contact IT1/TYRONE COLEMAN(360)9024807-Email:COT1235@lni.wa.gov Public Works Strikes and Debarments IVerify the contractor is eligible to perform work on public works projects. Contractor Strikes I No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. IWorkplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection I results date 10/24/2017 No violations Inspection no. 317946477 Location 12111 104th Ave E Puyallup,WA 98372 Inspection results date 12102/2016 No violations I Inspection no. 317942954 Location 10th Ave S Tacoma,WA 98444 Help us improve I I , Inspection results date 1 11/15/2016 No violations Inspection no. 317942177 Location I 230 County Line Road Pacific,WA 98047 ' Inspection results date 11/15/2016 No violations Inspection no. I 317942365 Location 10412 John Bananola Way E Puyallup,WA 98374 I Inspection results date I 02/12/2016 Violations Inspection no. 317938663 I Location 23502 Rim Road Graham,WA 98338 Inspection results date 03/09/2015 No violations I Inspection no. 317935282 Location N.38th St and N.Tyler St Tacoma,WA 98407 I , I Inspection results date ' 09/24/2014 Inspection no. Under appeal.The results of the inspection are being challenged. 317424547 Date of appeal 02/24/2017 I Location Des Moines Memorial Drive Des Moines,WA 98198 Inspection results date 12/04/2012 ' No violations I Inspection no. 316257575 Location 1-90,East of the Snoqualmie S ISnoqualmie Pass,WA 98373 I ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. I I Help us improve I ' RESOLUTION OF CORPORATE AUTHORITY I OF NORTHWEST CASCADE,INC. IBe it resolved that Janet Preston acting singly,shall be and hereby is authorized and empowered,on behalf of Northwest Cascade,Inc.,to execute contracts,letters,authorizations,commitments,proposals and other I documents in the normal course of business upto$500,000.00 relating to the following matters upto: 1. Contracts for work or materials to be furnished or supplied by the Corporation, U Northwest Cascade,Inc. 2. Collection of amounts due for work or materials of Northwest Cascade,Inc. I 3. Filing or release of liens,or claims against bonds or retained percentages,for work or materials furnished by Northwest Cascade,Inc. 4. Any and all matters related to any of the above and foregoing. IThis authority shall remain in effect until revoked by action of the Board of Directors. Dated this 1st day of April 2015. S etary/Treasurer I I certify that this is a true copy of the Resolution dated April 1,2015. 41/A.5----- I /f(----- gairman/CE0 If J Date 1 , 1 1 • • FloHavvics Plumbing+Septic P.O.Box 73399 Puyallup, WA 98373 888-497-6766 FAX 253-848-2399 or visit us at www.flohawks.corn 4/10/18 City of Federal Way Public Works • Attn: Fei Tang P.E., SWM, Project Engineer 33325 Eighth Avenue South Federal Way,WA 98003 RE:RFB#18-003 Section 1-14 B2-a, b,c, FloHawks is a division of Northwest Cascade.a large general contractor with a variety of businesses that serves,onsite septic systems,portable sanitation,construction and 111 environmental needs.The company was founded in 1968 and includes Three main divisions specializing in civil construction, geotechnical construction, portable restrooms, waste water treatment, septic maintenance and repair, industrial cleaning and plumbing services. FloHawks provides septic pumping,grease trap pumping,drain cleaning,plumbing, related electrical, industrial pumping and eductor truck services. FloHawks has many years of successful experience,with public contracts.We currently provide waste pumping and eductor truck services to more than 20 school districts in 9 Counties,and numerous State and County publicly funded entities, under the Department of Enterprise Services waste pumping contract. With our many long term relationships and great reputation, we also get the opportunity to work for many private property owners, business owners,four other Tribal Jurisdictions,and contractors. Over the past three years FloHawks has done over 65,000 jobs related to pumping,storm systems, sewer and on-site septic systems. Northwest Cascade Inc. (DBA: Flohawks)has several contracts and relationships with various Counties,Tribes, State agencies, private business,and Cities to provide Sewer/Storm system Cleaning and maintenance services. 1-14, 3b Please see list requested below, additional references can be provided if requested. Name: City of Tacoma Scope: Dates Tacoma Trunk Line Cleaning 5/26/2017-6/16/2017 Value Bid Amount T&M Final amount$102,807 Contact: Rod Rossi 253-502-2127 326 E D St.,Tacoma WA 98421 This scope of one of these projects was to remove sediment from 1500+feet of large diameter live storm/sewage truck line. The project included bypass of the storm/sewage flow in sections,sediment removal by eductor truck,and reintroduction of flow while limiting debris from flowing downstream. This project is similar to the proposed Hylebos in that they share access, safety, environmental, and basic scope elements. Toll Free 800-444-2371/253-848-2371/fax 253-840-0877 P.O.Box 73399 Puyallup,Washington 98373 For more information visit our website www.flohawks.com Ii below Surety elect option (c), the Parties shall first complete participation in mediation, described in the e be o paragraph, prior to any interplead action. I In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation to resolve said I 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. IDATED this_day of , 20_. si nature page follows] I 9 P9 1 I I I I I I I I I I I City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 57 2018 I RFB ver.4-17 1 ' CORPORATE SEAL OF PRINCIPAL: PRINCIPAL By: 1alQi,t8ItY1/ lQi,t ,/1�W�� Preston, Contract Administrator P.O. ox 73399 Puyallup, WA 98372 (253) 848-2371 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 Janet D. Preston, who signed the said bond on behalf of the Principal, was Contract Administrator of the said Corporation; that I know 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. 1 Secretary of Assistant Secretary ' CORPORATE SEAL OF SURETY: SURETY 1 By: Attorney-in-Fact (Attach Power of Attorney) (Name of Person Executing Bond) 1 (Address) (Phone) 1 APPROVED AS TO FORM: 1 J. Ryan Call, City Attorney 1 City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project Page 58 2018 1 RFB ver.4-17 I I 1 IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK I I I 1 I I 1 1 I I I I I 1 1 INTRO.AP1 2 INTRODUCTION I 3 The following Amendments and Special Provisions shall be used in conjunction with the 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS I 7 8 The following Amendments to the Standard Specifications are made a part of this contract 9 and supersede any conflicting provisions of the Standard Specifications. For informational 10 purposes, the date following each Amendment title indicates the implementation date of the I 11 Amendment or the latest date of revision. 12 13 Each Amendment contains all current revisions to the applicable section of the Standard 14 Specifications and may include references which do not apply to this particular project. 15 16 1-02.AP1 17 Section 1-02, Bid Procedures and Conditions 18 January 2, 2018 19 1-02.4(1) General ' 20 This section is supplemented with the following: 21 22 Prospective Bidders are advised that the Contracting Agency may include a partially I 23 completed Washington State Department of Ecology (Ecology) Transfer of Coverage 24 (Ecology Form ECY 020-87a) for the Construction Stormwater General Permit 25 (CSWGP) as part of the Bid Documents. When the Contracting Agency requires the I 26 27 transfer of coverage of the CSWGP to the Contractor, an informational copy of the Transfer of Coverage and the associated CSWGP will be included in the appendices. 28 As a condition of Section 1-03.3,the Contractor is required to complete sections I, Ill, 29 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. 30 I 31 The Contracting Agency is responsible for compliance with the CSWGP until the end of 32 day that the Contract is executed. Beginning on the day after the Contract is executed, 33 the Contractor shall assume complete legal responsibility for compliance with the 34 CSWGP and full implementation of all conditions of the CSWGP as they apply to the 35 Contract Work. ' 36 37 1-02.6 Preparation of Proposal 38 Item number 1 of the second paragraph is revised to read: 39 I 40 1. A unit price for each item (omitting digits more than two places to the right of the 41 decimal point), 42 I 43 The following new paragraph is inserted before the last paragraph: 44 45 The Bidder shall submit with their Bid a completed Contractor Certification Wage Law 46 Compliance form (WSDOT Form 272-009). Failure to return this certification as part of 47 the Bid Proposal package will make this Bid Nonresponsive and ineligible for Award. A 48 Contractor Certification of Wage Law Compliance form is included in the Proposal 49 Forms. I 50 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 1-03.AP1 2 Section 1-03, Award and Execution of Contract 3 January 2, 2018 4 1-03.3 Execution of Contract 5 The first paragraph is revised to read: 6 7 Within 20 calendar days after the Award date, the successful Bidder shall return the 8 signed Contracting Agency-prepared Contract, an insurance certification as required by 9 Section 1-07.18, a satisfactory bond as required by law and Section 1-03.4, the Transfer 10 of Coverage form for the Construction Stormwater General Permit with sections I, Ill, 11 and VIII completed when provided, and shall be registered as a contractor in the state of 12 Washington. 13 14 1-03.5 Failure to Execute Contract 15 The first sentence is revised to read: 16 17 Failure to return the insurance certification and bond with the signed Contract as 18 required in Section 1-03.3, or failure to provide Disadvantaged, Minority or Women's 19 Business Enterprise information if required in the Contract, or failure or refusal to sign 20 the Contract, or failure to register as a contractor in the state of Washington, or failure to 21 return the completed Transfer of Coverage for the Construction Stormwater General 22 Permit to the Contracting Agency when provided shall result in forfeiture of the proposal 23 bond or deposit of this Bidder. 24 25 1-06.AP1 26 Section 1-06, Control of Material 27 January 2, 2018 28 1-06.1(3) Aggregate Source Approval (ASA) Database 29 Thissection is supplemented with the following: 30 31 Regardless of status of the source, whether listed or not listed in the ASA database the 32 source owner may be asked to provide testing results for toxicity in accordance with 33 Section 9-03.21(1). 34 35 1-06.2(2)D Quality Level Analysis 36 This section is supplemented with the following new subsection: 37 38 1-06.2(2)D5 Quality Level Calculation—HMA Compaction 39 The procedures for determining the quality level and pay factor for HMA compaction are 40 as follows: 41 42 1. Determine the arithmetic mean, Xm, for compaction of the lot: 43 44 Xm = Ex n 11145 46 Where: 47 x= individual compaction test values for each sublot in the lot. 48 Ex= summation of individual compaction test values 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 2 n = total number test values 3 2. Compute the sample standard deviation, "S", for each constituent: I 4 - n>x2—(Ex)2 2 I S S= - n(n-1) - 6 I 7 Where: 8 Zx2= summation of the squares of individual compaction test values 9 (Ex)2= summation of the individual compaction test values squared 10 11 3. Compute the lower quality index (QL): 12 13 Q _— Xm—LSL S 14 15 Where: . I 16 17 LSL= 91.5 18 4. Determine PL(the percent within the lower Specification limit which 19 corresponds to a given QL) from Table 1. For negative values of QL, PL is equal 20 to 100 minus the table PL. If the value of QL does not correspond exactly to a 21 figure in the table, use the next higher value. 22 I23 5. Determine the quality level (the total percent within Specification limits): 24 25 Quality Level = PL 26 I 27 6. Using the quality level from step 5, determine the composite pay factor(CPF) 28 from Table 2. 29 30 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the 31 compaction lot; however,the maximum HMA compaction CPF using an LSL= 32 91.5 shall be 1.05. 33 I 34 8. If the CPF from step 6 is not 1.00 or greater: repeat steps 3 through 6 using an 35 LSL= 91.0. The value thus determined shall be the HMA compaction CPF for 36 that lot; however, the maximum HMA compaction CPF using an LSL=91.00 I 37 shall be 1.00. 38 39 1-06.2(2)D4 Quality Level Calculation - I 40 The first paragraph (excluding the numbered list) is revised to read: 41 42 The procedures for determining the quality level and pay factors for a material, other 43 than HMA compaction, are as follows: 44 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1-07.AP1 I 2 Section 1-07, Legal Relations and Responsibilities to the Public 3 January 2, 2018 4 1-07.5(3) State Department of Ecology 5 This section is supplemented with the following: 6 7 9. When a violation of the CSWGP occurs, immediately notify the Engineer and fill out 8 WSDOT Form 422-011, Contractor ECAP Report, and submit the form to the 9 Engineer within 48 hours of the violation. 10 11 10. Once Physical Completion has been given, prepare a Notice of Termination 12 (Ecology Form ECY 020-87) and submit the Notice of Termination electronically to 13 the Engineer in a PDF format a minimum of 7 calendar days prior to submitting the 14 Notice of Termination to Ecology. 15 16 11. Transfer the CSWGP coverage to the Contracting Agency when Physical 17 Completion has been given and the Engineer has determined that the project site is 18 not stabilized from erosion. 19 20 12. Submit copies of all correspondence with Ecology electronically to the Engineer in 21 a PDF format within four calendar days. 22 23 1-07.7(1) General 24 The first sentence of the third paragraph is revised to read: 25 26 When the Contractor moves equipment or materials on or over Structures, culverts or 27 pipes, the Contractor may operate equipment with only the load-limit restrictions in 28 Section 1-07.7(2). 29 30 The first sentence of the last paragraph is revised to read: 31 32 Unit prices shall cover all costs for operating over Structures, culverts and pipes. 33 11134 1-07.9(2) Posting Notices 35 The second sentence of the first paragraph (up until the colon) is revised to read: 36 37 The Contractor shall ensure the most current edition of the following are posted: 38 39 In items 1 through 10,the revision dates are deleted. 40 41 1-07.11(2) Contractual Requirements 42 In this section, "creed"is revised to read"religion". 43 44 Item numbers 1 through 9 are revised to read 2 through 10, respectively. 45 46 After the preceding Amendment is applied,the following new item number 1 is inserted: 47 48 1. The Contractor shall maintain a Work site that is free of harassment, humiliation, 49 fear, hostility and intimidation at all times. Behaviors that violate this requirement 50 include but are not limited to: 51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I I 1 a. Persistent conduct that is offensive and unwelcome. 2 3 b. Conduct that is considered to be hazing. I 4 5 c. Jokes about race, gender, or sexuality that are offensive. 6 7 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual I 8 nature which interferes with a person's ability to perform their job or creates an 9 intimidating, hostile, or offensive work environment. 10 11 e. Language or conduct that is offensive, threatening, intimidating or hostile 12 based on race, gender, or sexual orientation. 13 I 14 f. Repeating rumors about individuals in the Work Site that are considered to be 15 harassing or harmful to the individual's reputation. 16 17 1-07.11(5) Sanctions ' 18 This section is supplemented with the following: 19 20 Immediately upon the Engineer's request, the Contractor shall remove from the Work I 21 site any employee engaging in behaviors that promote harassment, humiliation, fear or 22 intimidation including but not limited to those described in these specifications. 23 24 1-07.11(6) Incorporation of Provisions I 25 The first sentence is revised to read: 26 27 The Contractor shall include the provisions of Section 1-07.11(2) Contractual I 28 Requirements (1) through (5) and the Section 1-07.11(5) Sanctions in every subcontract 29 including procurement of materials and leases of equipment. 30 I 31 1-07.18 Public Liability and Property Damage Insurance 32 Item number 1 is supplemented with the following new sentence: 33 ' 34 This policy shall be kept in force from the execution date of the Contract until the 35 Physical Completion Date. 36 37 1-08.AP1 38 Section 1-08, Prosecution and Progress I 39 January 2, 2018 I 40 1-08.5 Time for Completion 41 Item number 2 of the sixth paragraph is supplemented with the following: 42 43 f. A copy of the Notice of Termination sent to the Washington State Department of 44 Ecology (Ecology);the elapse of 30 calendar days from the date of receipt of the I 45 Notice of Termination by Ecology; and no rejection of the Notice of Termination by 46 Ecology. This requirement will not apply if the Construction Stormwater General I 47 Permit is transferred back to the Contracting Agency in accordance with Section 8- 48 01.3(16). 49 L ' 50 1-08.7 Maintenance During Suspension 51 The fifth paragraph is revised to read: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 1 '2 The Contractor shall protect and maintain all other Work in areas not used by traffic. All 3 costs associated with protecting and maintaining such Work shall be the responsibility 4 of the Contractor. 5 6 2-09.AP2 7 Section 2-09, Structure Excavation 8 January 2, 2018 9 2-09.3(3)D Shoring and Cofferdams 10 The first sentence of the sixth paragraph is revised to read: 11 12 Structural shoring and cofferdams shall be designed for conditions stated in this Section 13 using methods shown in Division I Section 5 of the AASHTO Standard Specifications for 14 Highway Bridges Seventeenth Edition—2002 for allowable stress design, or the 15 AASHTO LRFD Bridge Design Specifications for load and resistance factor design. 16 17 5-04.AP5 18 Section 5-04, Hot Mix Asphalt 19 January 2, 2018 20 5-04.1 Description 21 The last sentence of the first paragraph is revised to read: 22 23 The manufacture of HMA may include additives or processes that reduce the optimum 24 mixing temperature (Warm Mix Asphalt) or serve as a compaction aid in accordance 25 with these Specifications. 26 27 5-04.2 Materials 28 The reference to 'Warm Mix Asphalt Additive" is revised to read"HMA Additive". 29 30 5-04.2(1) How to Get an HMA Mix Design on the QPL 31 The last bullet in the first paragraph is revised to read: 32 33 • Do not include HMA additives that reduce the optimum mixing temperature or serve 34 as a compaction aid when developing a mix design or submitting a mix design for 35 QPL evaluation.The use of HMA additives is not part of the process for obtaining 36 approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. 37 38 In the table, "WSDOT Standard Practice QC-8" is revised to read"WSDOT Standard 39 Practice QC-8 located in the WSDOT Materials Manual M 46-01". 40 41 5-04.2(1)C Mix Design Resubmittal for QPL Approval 42 Item number 3 of the first paragraph is revised to read: 43 44 3. Changes in modifiers used in the asphalt binder. 45 46 5-04.2(2)B Using Warm Mix Asphalt Processes ' 47 This section, including title, is revised to read: 48 111 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 5-04.2(2)B Using HMA Additives 2 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the 3 optimum mixing temperature or serve as a compaction aid for producing HMA. Additives I 4 include organic additives, chemical additives and foaming processes. The use of 5 Additives is subject to the following: 6 7 • Do not use additives that reduce the mixing temperature in accordance with I 8 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. 9 10 • Before using additives, obtain the Engineer's approval using WSDOT Form 11 350-076 to describe the proposed additive and process. 12 13 5-04.3(3)A Mixing Plant I 14 In item number 5 of the first paragraph, "WSDOT T 168" is revised to read"FOP for 15 AASHTO T 168". 16 5-04.3(4) Preparation of Existing Paved Surfaces I17 18 The first sentence of the fourth paragraph is revised to read: 19 20 Unless otherwise approved by the Engineer, use cationic emulsified asphalt CSS-1, I 21 CSS-1h, or Performance Graded (PG) asphalt for tack coat. 22 23 5-04.3(6) Mixing I 24 The first paragraph is revised to read: 25 26 The asphalt supplier shall introduce recycling agent and anti-stripping additive, in the 27 amount designated on the QPL for the mix design, into the asphalt binder prior to I 28 shipment to the asphalt mixing plant. 29 30 The seventh paragraph is revised to read: I 31 32 Upon discharge from the mixer, ensure that the temperature of the HMA does not 33 exceed the optimum mixing temperature shown on the approved Mix Design Report by I 34 more than 25°F, or as approved by the Engineer. When an additive is included in the 35 manufacture of HMA, do not heat the additive (at any stage of production including in 36 binder storage tanks)to a temperature higher than the maximum recommended by the 37 manufacturer of the additive. I 38 39 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA 40 The following new paragraph is inserted after the first paragraph: I 41 42 The Contracting Agency's combined aggregate bulk specific gravity(Gsb) blend as 43 shown on the HMA Mix Design will be used for VMA calculations until the Contractor 44 submits a written request for a Gsb test. The new Gsb will be used in the VMA I 45 calculations for HMA from the date the Engineer receives the written request for a Gsb 46 retest. The Contractor may request aggregate specific gravity (Gsb)testing be 47 performed by the Contracting Agency twice per project. The Gsb blend of the combined I 48 49 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA produced after the new Gsb is determined. 50 I 51 5-04.3(9)A1 Test Section —When Required, When to Stop 52 The following new row is inserted after the second row in Table 9: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 • VMA Minimum PF,of 0.95 None4 based on the criteria in Section 5-04.3(9)642 2 3 5-04.3(9)A2 Test Section— Evaluating the HMA Mixture in a Test Section 4 In Table 9a, the test property"Gradation, Asphalt Binder, and Va" is revised to read 5 "Gradation, Asphalt Binder, VMA, and Va" 6 7 5-04.3(9)63 Mixture Statistical Evaluation—Acceptance Testing 8 In Table 11, "Va" is revised to read "VMA and Va" I 9 10 5-04.3(9)65 Mixture Statistical Evaluation — Composite Pay Factors (CPF) 11 The following new row is inserted above the last row in Table 12: 12 Voids in Mineral Aggregate 2 (VMA) 13 14 5-04.3(9)67 Mixture Statistical Evaluation— Retests 15 The second to last sentence is revised to read: 16 17 The sample will be tested for a complete gradation analysis, asphalt binder content, 18 VMA and Va, and the results of the retest will be used for the acceptance of the HMA 19 mixture in place of the original mixture sublot sample test results. 20 21 5-04.3(10)C1 HMA Compaction Statistical Evaluation— Lots and Sublots 22 The bulleted item in the fourth paragraph is revised to read: 23 24 • For a compaction lot in progress with a compaction CPF less than 0.75 using an 25 • LSL = 91.0, a new compaction lot will begin at the Contractor's request after the 26 Engineer is satisfied that material conforming to the Specifications can be 27 produced. See also Section 5-04.3(11)F. 28 29 5-04.3(10)C2 HMA Compaction Statistical Evaluation—Acceptance Testing 30 In the table, "WSDOT FOP for AASHTO T 355" is revised to read"FOP for AASHTO T 355". 31 32 5-04.3(10)C3 HMA Statistical Compaction—Price Adjustments 33 In the first paragraph, "WSDOT FOP for AASHTO T 355" is revised to read"FOP for 34 AASHTO T 355". 35 36 5-04.3(10)C3 HMA Statistical Compaction— Price Adjustments 37 The first sentence in the second paragraph is revised to read: 38 39 For each HMA compaction lot(that is accepted by Statistical Evaluation) which does not 40 meet the criteria in the preceding paragraph,the compaction lot shall be evaluated in 41 accordance with Section 1-06.2(2)D5 to determine the appropriate Composite Pay 42 Factor(CPF). I 43 44 The last two paragraphs are revised to read: " 45 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 Determine the Compaction Price Adjustment(CPA) from the table below, selecting the 2 equation for CPA that corresponds to the value of CPF determined above. 3 I Calculating HMA Compaction Price Adjustment (CPA) Value of CPF Equation for Calculating CPA When CPF> 1.00 CPA= [0.80 x (CPF— 1.00)]x Q x I UP When CPF= 1.00 CPA= $0 When CPF< 1.0 CPA= [0.40 x (CPF— 1.00)]x Q x UP I 4 5 Where 6 CPA= Compaction Price Adjustment for the compaction lot ($) I 7 CPF= Composite Pay Factor for the compaction lot (maximum is 1.05) 8 Q= Quantity in the compaction lot(tons) 9 UP = Unit price of the HMA in the compaction lot ($/ton) 10 I 11 6-01.AP6 12 Section 6-01, General Requirements for Structures 13 January 2, 2018 I14 6-01.10 Utilities Supported by or Attached to Bridges 15 In the third paragraph, "Federal Standard 595" is revised to read"SAE AMS Standard 595". I 16 17 6-01.12 Final Cleanup 18 The second paragraph is deleted. I 19 20 6-02.AP6 21 Section 6-02, Concrete Structures 22 January 2, 2018 I23 6-02.3(2)A Contractor Mix Design 24 The last sentence of the last paragraph is revised to read: I 25 26 For all other concrete, air content shall be a minimum of 4.5 percent and a maximum of 27 7.5 percent for all concrete placed above the finished ground line unless noted 28 otherwise. 1 29 30 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 31 Item number 5 of the firstara ra h is deleted. I p g p 32 33 Item number 6 of the first paragraph (after the preceding Amendment is applied) is 34 renumbered to 5. I 35 36 6-02.3(4)D Temperature and Time For Placement 37 The following is inserted after the first sentence of the first paragraph: II 38 39 The upper temperature limit for placement for Class 4000D concrete may be increased 40 to a maximum of 80°F if allowed by the Engineer. 41 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 6-02.3(6)A1 Hot Weather Protection 2 The first paragraph is revised to read: 3 4 The Contractor shall provide concrete within the specified temperature limits. Cooling of 5 the coarse aggregate piles by sprinkling with water is permitted provided the moisture 6 content is monitored, the mixing water is adjusted for the free water in the aggregate 7 and the coarse aggregate is removed from at least 1 foot above the bottom of the pile. 8 Sprinkling of fine aggregate piles with water is not allowed. Refrigerating mixing water or 9 replacing all or part of the mixing water with crushed ice is permitted, provided the ice is 10 completely melted by placing time. 11 12 The second sentence of the second paragraph is revised to read: 13 14 These surfaces include forms, reinforcing steel, steel beam flanges, and any others that 15 touch the concrete. 16 17 6-02.3(10)D5 Bridge Deck Concrete Finishing and Texturing 18 In the third subparagraph of the first paragraph, the last sentence is revised to read: 19 20 The Contractor shall texture the bridge deck surface to within 3-inches minimum and 21 24-inches maximum of the edge of concrete at expansion joints, within 1-foot minimum 22 and 2-feet maximum of the curb line, and within 3-inches minimum and 9-inches 23 maximum of the perimeter of bridge drain assemblies. 24 25 6-02.3(13)A Strip Seal Expansion Joint System 26 In item number 3 of the third paragraph, "Federal Standard 595" is revised to read "SAE 27 AMS Standard 595". 28 29 6-02.3(24)C Placing and Fastening 30 The fourth sentence of the second paragraph is revised to read: 31 32 All epoxy-coated bars in the top mat of the bridge deck shall be tied at all intersections, 33 however they may be tied at alternate intersections when spacing is less than 1 foot in 34 each direction and they are supported by continuous supports meeting all other 35 requirements of supports for epoxy-coated bars. 36 37 The sixth paragraph (excluding the numbered list) is revised to read: 38 39 Precast concrete supports (or other accepted devices) shall be used to maintain the 40 concrete coverage required by the Plans. The precast concrete supports shall: 41 42 Item number 2 of the sixth paragraph is revised to read: 43 44 2. Have a compressive strength equal to or greater than that of the concrete in which 45 they are embedded. 46 47 The first sentence of the seventh paragraph is revised to read: 48 49 In slabs, each precast concrete support shall have either: (1) a grooved top that will hold 50 the reinforcing bar in place, or(2) an embedded wire that protrudes and is tied to the 51 reinforcing steel. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 1 The eighth paragraph is revised to read: 2 3 Precast concrete supports may be accepted based on a Manufacturer's Certificate of 4 Compliance. I5 6 The ninth paragraph (excluding the numbered list) is revised to read: I 7 8 In lieu of precast concrete supports,the Contractor may use metal or all-plastic supports 9 to hold uncoated bars. Any surface of a metal support that will not be covered by at least 'inch of concrete shall be one of the following: I10 11 12 The tenth paragraph is revised to read: 13 I 14 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by 15 one of the following: 16 17 1. Metal supports coated entirely with a dielectric material such as epoxy or I 18 plastic, 19 20 2. Other epoxy-coated reinforcing bars, or I 21 22 3. All-plastic supports. 23 I 24 The following new paragraph is inserted after the tenth paragraph: 25 26 Damaged coatings on metal bar supports shall be repaired prior to placing concrete. 27 I' 28 The twelfth paragraph (after the preceding Amendment is applied) is revised to read: I 29 30 All-plastic supports shall be lightweight, non-porous, and chemically inert in concrete. 31 All-plastic supports shall have rounded seatings, shall not deform under load during 32 normal temperatures, and shall not shatter or crack under impact loading in cold 33 weather. All-plastic supports shall be placed at spacings greater than 1 foot along the 34 bar and shall have at least 25 percent of their gross place area perforated to I 35 compensate for the difference in the coefficient of thermal expansion between plastic 36 and concrete. The shape and configuration of all-plastic supports shall permit complete 37 concrete consolidation in and around the support. I38 39 The thirteenth paragraph (after the preceding Amendment is applied) is revised to read: 40 I 41 A"mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, 42 top and bottom mats shall be supported adequately enough to hold both in their proper 43 positions. If bar supports directly support, or are directly supported on No.4 bars,they 44 shall be spaced at not more than 3-foot intervals (or not more than 4-foot intervals for I 45 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 46 To provide a rigid mat, the Contractor shall add other supports and tie wires to the top 47 mat as needed. I 48 49 50 6-02.3(28)D Contractors Control Strength 51 In the first paragraph, "WSDOT FOP for AASHTO T 23" is revised to read "FOP for AASHTO 1 52 T 23" IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 2 6-05.AP6 3 Section 6-05, Piling 4 January 2, 2018 1 5 6-05.3(9)A Pile Driving Equipment Approval 6 The fourth sentence of the second paragraph is revised to read: 7 8 For prestressed concrete piles, the allowable driving stress in kips per square inch shall 9 be 0.095•1/T plus prestress in tension, and 0.85f,minus prestress in compression, 10 where f',is the concrete compressive strength in kips per square inch. 11 12 6-07.AP6 13 Section 6-07, Painting 14 January 2, 2018 15 6-07.3(6)A Paint Containers 16 In item number 2 of the first paragraph, "Federal Standard 595" is revised to read "SAE AMS 17 Standard 595". 18 19 6-08.AP6 20 Section 6-08, Bituminous Surfacing on Structure Decks 21 January 2, 2018 22 6-08.3(7)A Concrete Deck Preparation 23 The first sentence of the first paragraph is revised to read: 24 25 The Contractor, with the Engineer, shall inspect the exposed concrete deck to establish 26 the extent of bridge deck repair in accordance with Section 6-09.3(6). 27 2$ 6-09.AP6 29 Section 6-09, Modified Concrete Overlays 30 January 2, 2018 31 6-09.3 Construction Requirements 32 This section is supplemented with the following new subsection: 33 34 6-09.3(15) Sealing and Texturing Concrete Overlay 35 After the requirements for checking for bond have been met, all joints and visible cracks 36 shall be filled and sealed with a high molecular weight methacrylate resin (HMWM).The 37 Contractor may use compressed air to accelerate drying of the deck surface for crack 38 identification and sealing. Cracks 1/16 inch and greater in width shall receive two 39 applications of HMWM. Immediately following the application of HMWM, the wetted 40 surface shall be coated with sand for abrasive finish. 41 42 After all cracks have been filled and sealed and the HMWM resin has cured,the 43 concrete overlay surface shall receive a longitudinally sawn texture in accordance with 44 Section 6-02.3(10)D5. , 45 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK 1 Revised: 1/11/18 1 I 1 1 Traffic shall not be permitted on the finished concrete until it has reached a minimum 2 compressive strength of 3,000 psi as verified by rebound number determined in 3 accordance with ASTM C805 and the longitudinally sawn texture is completed. I 4 5 6-09.3(1)B Rotary Milling Machines 6 This section is revised to read: 7 I 8 Rotary milling machines used to remove an upper layer of existing concrete overlay, 9 when present, shall have a maximum operating weight of 50,000 pounds and conform 10 to Section 6-08.3(5)B. III 11 12 6-09.3(1)C Hydro-Demolition Machines 13 The first sentence of this section is revised to read: 14 15 Hydro-demolition machines shall consist of filtering and pumping units operating in 16 conjunction with a remote-controlled robotic device, using high-velocity water jets to I 17 remove sound concrete to the nominal scarification depth shown in the Plans with a 18 single pass of the machine, and with the simultaneous removal of deteriorated concrete. 19 20 6-09.3(1)D Shot Blasting Machines • 21 This section, including title, is revised to read: 22 23 6-09.3(1)D Vacant I 24 25 6-09.3(2) Submittals 26 Item number 1 and 2 are revised to read: 27 - 111 28 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of 29 the hydro demolition machine selected by the Contractor for use in this project to 30 scarify concrete surfaces. I31' 32 2. A Type 1 Working Drawing consisting of catalog cuts, operating parameters, axle 33 loads, and axle spacing of the rotary milling machine (if used to remove an upper 34 layer of existing concrete overlay when present). 35 36 The first sentence of item number 3 is revised to read: 37 1 38 A Type 2 Working Drawing of the Runoff Water Disposal Plan. 39 40 6-09.3(5)A General R 41 The first sentence of the fourth paragraph is revised to read: 42 43 All areas of the deck that are inaccessible to the selected scarifying machine shall be 44 scarified to remove the concrete surface matrix to a maximum nominal scarification I 45 depth shown in the Plans by a method acceptable to the Engineer. 46 47 This section is supplemented with the following: I 48 49 Concrete process water generated by scarifying concrete surface and removing existing 50 concrete overlay operations shall be contained, collected, and disposed of in I 51 accordance with Section 5-01.3(11) and Section 6-09.3(5)C, and the Section 6-09.3(2) 52 Runoff Water Disposal Plan. I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1:1 2 6-09.3(5)B Testing of Hydro-Demolition and Shot Blasting Machines 3 This section's title is revised to read: 4 5 Testing of Hydro-Demolition Machines 6 7 The second paragraph is revised to read: 8 9 In the"sound"area of concrete,the equipment shall be programmed to remove 10 concrete to the nominal scarification depth shown in the Plans with a single pass of the 11 machine. 12 13 6-09.3(5)D Shot Blasting 14 This section, including title, is revised to read: 15 16 6-09.3(5)D Vacant 17 18 6-09.3(5)E Rotomilling 19 This section, including title, is revised to read: 20 21 6-09.3(5)E Removing Existing Concrete Overlay Layer by Rotomilling 22 When the Contractor elects to remove the upper layer of existing concrete overlay, 23 when present, by rotomilling prior to final scarifying,the entire concrete surface of the 24 bridge deck shall be milled to remove the surface matrix to the depth specified in the 25 Plans with a tolerance as specified in Section 6-08.3(5)B. The operating parameters of 26 the rotary milling machine shall be monitored in order to prevent the unnecessary 27 removal of concrete below the specified removal depth. 28 29 6-09.3(6) Further Deck Preparation 30 The first paragraph is revised to read:: 31 111 32 Once the lane or strip being overlaid has been cleaned of debris from scarifying, the 33 Contractor, with the Engineer, shall perform a visual inspection of the scarified surface. 34 The Contractor shall mark those areas of the existing bridge deck that are authorized by 35 the•Engineer for further deck preparation by the Contractor. 36 37 Item number 4 of the second paragraph is deleted. 38 39 The first sentence of the third paragraph is deleted. 40 41 6-09.3(6)A Equipment for Further Deck Preparation 42 This section is revised to read: 43 44 Further deck preparation shall be performed using either power driven hand tools 45 conforming to Section 6-09.3(1)A, or hydro-demolition machines conforming to Section 46 6-09.3(1)C. 47 48 6-09.3(6)B Deck Repair Preparation 49 The second paragraph is deleted. 50 51 The last sentence of the second paragraph (after the preceding Amendment is applied) is 52 revised to read: 111 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 2 In no case shall the depth of a sawn vertical cut exceed 3/4 inch or to the top of the top 3 steel reinforcing bars, whichever is less. I 4 5 The first sentence of the third to last paragraph is revised to read: 6 I 7 Where existing steel reinforcing bars inside deck repair areas show deterioration greater 8 than 20-percent section loss, the Contractor shall furnish and place steel reinforcing 9 bars alongside the deteriorated bars in accordance with the details shown in the 10 Standard Plans. I 11 12 The last paragraph is deleted. 13 1 14 6-09.3(7) Surface Preparation for Concrete Overlay 15 The first seven paragraphs are deleted and replaced with the following: 16 17 Following the completion of any required further deck preparation the entire lane or strip 18 being overlaid shall be cleaned to be free from oil and grease, rust and other foreign 19 material that may still be present. These materials shall be removed by detergent- 20 cleaning or other method accepted by the Engineer followed by sandblasting. 1 21 22 After detergent cleaning and sandblasting is completed, the entire lane or strip being 23 overlaid shall be swept clean in final preparation for placing concrete using either I 24 compressed air or vacuum machines. 25 26 Hand tool chipping, sandblasting and cleaning in areas adjacent to a lane or strip being 27 cleaned in final preparation for placing concrete shall be discontinued when final I 28 preparation is begun. Scarifying and hand tool chipping shall remain suspended until 29 the concrete has been placed and the requirement for curing time has been satisfied. 30 Sandblasting and cleaning shall remain suspended for the first 24 hours of curing time 31 after the completion of concrete placing. I 32 33 Scarification, and removal of the upper layer of concrete overlay when present, may 34 proceed during the final cleaning and overlay placement phases of the Work on 35 adjacent portions of the Structure so long as the scarification and concrete overlay 36 removal operations are confined to areas which are-a minimum of 100 feet away from 37 the defined limits of the final cleaning or overlay placement in progress. If the I 38 scarification and concrete overlay removal impedes or interferes in any way with the 39 final cleaning or overlay placement as determined by the Engineer, the scarification and 40 concrete overlay removal Work shall be terminated immediately and the scarification I 41 and concrete overlay removal equipment removed sufficiently away from the area being 42 prepared or overlaid to eliminate the conflict. If the grade is such that water and 43 contaminants from the scarification and concrete overlay removal operation will flow into 44 the area being prepared or overlaid,the scarification and concrete overlay removal I 45 operation shall be terminated and shall remain suspended for the first 24 hours of curing 46 time after the completion of concrete placement. 47 I 48 6-09.3(12) Finishing Concrete Overlay 49 The third paragraph is deleted. 50 1 51 The last paragraph is deleted. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I t 1 6-09.3(13) Curing Concrete Overlay 1 2 The first sentence of the first paragraph is revised to read: 3 4 As the finishing operation progresses, the concrete shall be immediately covered with a 5 single layer of clean, new or used, wet burlap. 6 7 The last sentence of the second paragraph is deleted. 8 9 The following two new paragraphs are inserted after the second paragraph: 10 11 As an alternative to the application of burlap and fog spraying described above, the 12 Contractor may propose a curing system using proprietary curing blankets specifically 13 manufactured for bridge deck curing. The Contractor shall submit a Type 2 Working 14 Drawing consisting of details of the proprietary curing blanket system, including product 111 15 literature and details of how the system is to be installed and maintained. 16 17 The wet curing regimen as described shall remain in place for a minimum of 42-hours. 18 19 The last paragraph is deleted. 20 21 6-09.3(14) Checking for Bond 22 The first sentence of the first paragraph is revised to read: 23 24 After the requirements for curing have been met, the entire overlaid surface shall be 25 sounded by the Contractor, in a manner accepted by and in the presence of the 26 Engineer, to ensure total bond of the concrete to the bridge deck. 27 • 28 The last sentence of the first paragraph is deleted. 29 30 The second paragraph is deleted. 31 32 6-18.AP6 33 Section 6-18, Shotcrete Facing 34 January 2, 2018 35 6-18.3(3) Testing 36 In the last sentence of the first paragraph, "AASHTO T 24" is revised to read "ASTM C1604". 37 38 6-18.3(3)B Production Testing 39 In the last sentence, "AASHTO T 24" is revised to read"ASTM C1604". 40 41 6-18.3(4) Qualifications of Contractor's Personnel 42 In the last sentence of the second paragraph, "AASHTO T 24" is revised to read"ASTM 43 C1604". 44 1 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 6-19.AP6 2 Section 6-19, Shafts 3 January 2, 2018 111 4 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 5 Excavation Operations I 6 The first paragraph is supplemented with the following: 7 8 In no case shall shaft excavation and casing placement extend below the bottom of I 9 10 shaft excavation as shown in the Plans. 11 6-19.3(6)E Thermal Wire and Thermal Access Point (TAPS) 12 The third sentence of the third paragraph is revised to read: 13 14 The thermal wire shall extend from the bottom of the reinforcement cage to the top of 15 the shaft,with a minimum of 5-feet of slack wire provided above the top of shaft. I 16 17 The following new sentence is inserted after the third sentence of the third paragraph: 18 19 All thermal wires in a shaft shall be equal lengths. I 20 21 7-02.AP7 22 Section 7-02, Culverts I23 January 2, 2018 24 7-02.3(6)A4 Excavation and Bedding Preparation I 25 The first sentence of the third paragraph is revised to read: 26 27 The bedding course shall be a 6-inch minimum thickness layer of culvert bedding 28 material, defined as granular material either conforming to Section 9-03.12(3) or to I 29 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 30 31 8-01.AP8 I 32 Section 8-01, Erosion Control and Water Pollution Control 33 January 11, 2018 I 34 8-01.1 Description 35 This section is revised to read: 36 37 This Work consists of furnishing, installing, maintaining, removing and disposing of best I 38 management practices (BMPs), as defined in the Washington Administrative Code 39 (WAC) 173-201 A, to manage erosion and water quality in accordance with these 40 Specifications and as shown in the Plans or as designated by the Engineer. I 41 42 The Contracting Agency may have a National Pollution Discharge Elimination System 43 Construction Stormwater General Permit (CSWGP) as identified in the Contract Special 44 Provisions. The Contracting Agency may or may not transfer coverage of the CSWGP 45 to the Contractor when a CSWGP has been obtained. The Contracting Agency may not 46 have a CSWGP for the project but may have another water quality related permit as 47 identified in the Contract Special Provisions or the Contracting Agency may not have 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 water quality related permits but the project is subject to applicable laws for the Work. I 2 Section 8-01 covers all of these conditions. 3 4 8-01.2 Materials 5 The first paragraph is revised to read: 6 7 Materials shall meet the requirements of the following sections: 8 9 Corrugated Polyethylene Drain Pipe 9.05.1(6) 10 Quarry Spalls 9-13 11 Erosion Control and Roadside Planting 9-14 12 Construction Geotextile 9-33 13 14 8-01.3(1) General 111 15 This section is revised to read: 16 17 Adaptive management shall be employed throughout the duration of the project for the 18 implementation of erosion and water pollution control permit requirements for the 19 current condition of the project site. The adaptive management includes the selection 20 and utilization of BMPs, scheduling of activities, prohibiting unacceptable practices, 21 implementing maintenance procedures, and other managerial practices that when used 22 singularly or in combination, prevent or reduce the release of pollutants to waters of the 23 State. The adaptive management shall use the means and methods identified in this 24 section and means and methods identified in the Washington State Department of 25 Transportation's Temporary Erosion and Sediment Control Manual or the Washington 26 State Department of Ecology's Stormwater Management Manuals for construction 27 stormwater. 28 29 The Contractor shall install a high visibility fence along the site preservation lines shown 30 in the Plans or as instructed by the Engineer. 31 32 Throughout the life of the project,the Contractor shall preserve and protect the 33 delineated preservation ion area acting immediately to repair or restore any fencing 34 damaged or removed. 35 36 All discharges to surface waters shall comply with surface water quality standards as 37 defined in Washington Administrative Code (WAC) Chapter 173-201 A. All discharges to 38 the ground shall comply with groundwater quality standards WAC Chapter 173-200. 39 40 The Contractor shall comply with the CSWGP when the project is covered by the 41 CSWGP. Temporary Work, at a minimum, shall include the implementation of: 42 1. Sediment control measuresprior toground disturbingactivities to ensure all 43 44 discharges from construction areas receive treatment prior to discharging from 45 the site. 46 47 2. Flow control measures to prevent erosive flows from developing. 48 49 3. Water management strategies and pollutionprevention measures to prevent 50 contamination of waters that will be discharged to surface waters or the 51 ground. 52111 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 4. Erosion control measures to stabilize erodible earth not being worked. 2 3 5. Maintenance of BMPs to ensure continued compliant performance. I 4 5 6. Immediate corrective action if evidence suggests construction activity is not in 6 compliance. Evidence includes sampling data, olfactory or visual evidence I 7 such as the presence of suspended sediment,turbidity, discoloration, or oil 8 sheen in discharges. 9 10 To the degree possible, the Contractor shall coordinate this temporary Work with I 11 permanent drainage and erosion control Work the Contract requires. 12 13 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 14 more erodible earth than as listed below: I 15 Western Washington Eastern Washington (West of the Cascade (East of the Cascade I Mountain Crest) Mountain Crest) May 1 through 17 Acres April 1 through 17 Acres September 30 October 31 October 1 November 1 through April 5 Acres through March 5 Acres 30 31 16 I 17 The Engineer may increase or decrease the limits based on project conditions. 18 19 Erodible earth is defined as any surface where soils, grindings, or other materials may I 20 be capable of being displaced and transported by rain, wind, or surface water runoff. 21 22 Erodible earth not being worked, whether at final grade or not, shall be covered within 23 the specified time period (see the table below), using BMPs for erosion control. 24 Western Washington Eastern Washington I (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest) October 1 2 days October 1 5 days through April maximum through June I 30 m 30 maximum May 1 to 7 days November 1 10 days September 30 maximum throug3 March maximum I 25 1 26 When applicable, the Contractor shall be responsible for all Work required for 27 compliance with the CSWGP including annual permit fees. I 28 29 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shall 30 continue to comply with this division during the suspension. I 31 32 Nothing in this Section shall relieve the Contractor from complying with other Contract 33 requirements. 1 34 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 8-01.3(1)A Submittals 2 This section's content is deleted. 3 4 This section is supplemented with the following new subsection: 5 111 6 8-01.3(1)A1 Temporary Erosion and Sediment Control 7 A Temporary Erosion and Sediment Control (TESC) plan consists of a narrative section 8 and plan sheets that meets the Washington State Department of Ecology's Stormwater 9 Pollution Prevention Plan (SWPPP) requirement in the CSWGP. Abbreviated TESC 10 plans are used on small projects that disturb soil and have the potential to discharge but 11 are not covered by the CSWGP. The contract uses the term "TESC plan"to describe 12 both TESC plans and abbreviated TESC plans. When the Contracting Agency has 13 developed a TESC plan for a Contract,the narrative is included in the appendix to the 14 Special Provisions and the TESC plan sheets are included in the Contract Plans. The 15 Contracting Agency TESC plan will not include off-site areas used to directly support 16 construction activity. 17 18 The Contractor shall either adopt the TESC Plan in the Contract or develop a new111 19 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor 20 shall modify the TESC Plan to meet the Contractor's schedule, method of construction, 21 and to include off-site areas that will be used to directly support construction activity 22 such as equipment staging yards, material storage areas, or borrow areas. Contractor 23 TESC Plans shall include all high visibility fence delineation shown on the Contracting 24 Agency Contract Plans. All TESC Plans shall meet the requirements of the current 25 edition of the WSDOT Temporary Erosion and Sediment Control Manual M 3109 and be 26 adaptively managed as needed throughout construction based on site inspections and 27 discharge samples to maintain compliance with the CSWGP. The Contractor shall 28 develop a schedule for implementation of the TESC work and incorporate it into the 29 Contractor's progress schedule. 30 31 The Contractor shall submit their TESC Plan (either the adopted plan or new plan) and 32 implementation schedule as Type 2 Working Drawings. At the request of the Engineer, 33 updated TEC Plans shall be submitted as Type 1 Working Drawings.s. 34 35 8-01.3(1)8 Erosion and Sediment Control (ESC) Lead I 36 This section is revised to read: 37 38 The Contractor shall identify the ESC Lead at the preconstruction discussions and in the 39 TESC Plan. The ESC Lead shall have,for the life of the Contract, a current Certificate 40 of Training in Construction Site Erosion and Sediment Control from a course approved 41 by the Washington State Department of Ecology. The ESC Lead must be onsite or on 42 call at all times throughout construction. The ESC Lead shall be listed on the 43 Emergency Contact List required under Section 1-05.13(1). 44 45 The ESC Lead shall implement the TESC Plan. Implementation shall include, but is not I 46 limited to: 47 48 1. Installing, adaptively managing, and maintaining temporary erosion and 49 sediment control:BMPs to assure continued performance of their intended 50 function. Damaged or inadequate BMPs shall be corrected immediately. 51 52 2. Updating the TESC Plan to reflect current field conditions. I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I I 1 2 3. Discharge sampling and submitting Discharge Monitoring Reports (DMRs)to 3 the Washington State Department of Ecology in accordance with the CSWGP. 4 5 4. Develop and maintain the Site Log Book as defined in the CSWGP. When the 6 Site Log Book or portion thereof is electronically developed, the electronic I 7 documentation must be accessible onsite. As a part of the Site Log Book,the 8 Contractor shall develop and maintain a tracking table to show that identified 9 TESL compliance issues are fully resolved within 10 calendar days. The table 10 shall include the date an issue was identified, a description of how it was Iii resolved, and the date the issue was fully resolved. 12 13 The ESC Lead shall also inspect all areas disturbed by construction activities, all on-site 14 erosion and sediment control BMPs, and all stormwater discharge points at least once 15 every calendar week and within 24-hours of runoff events in which stormwater 16 discharges from the site. Inspections of temporarily stabilized, inactive sites may be 17 reduced to once every calendar month. The Washington State Department of Ecology's 18 Erosion and Sediment Control Site Inspection Form, located at 19 http://www.ecy.wa.gov/programs/wq/stormwater/construction/InspectionForm.docx, 20 shall be completed for each inspection and a copy shall be submitted to the Engineer no I 21 later than the end of the next working day following the inspection. 22 23 8-01.3(1)C Water Management 24 This section is supplemented with the following new subsections: r 25 26 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 27 Mark(OHWM) 28 Work over surface waters of the state (defined in WAC 173-201 A-010) or below the I 29 OHWM (defined in RCW 90.58.030) must comply with water quality standards for 30 surface waters of the state of Washington. 1 31 32 8-01.3(1)C6 Environmentally Acceptable Hydraulic Fluid 33 All equipment containing hydraulic fluid that operates over surface waters of the state or 34 below the OHWM, shall be equipped with an environmentally acceptable hydraulic fluid. III 35 The fluid shall meet specific requirements for biodegradability, aquatic toxicity, and 36 bioaccumulation in accordance with the United States Environmental Protection Agency 37 (EPA) publication EPA800-R-11-002. Acceptance shall be in accordance with Section I 38 1-06.3, Manufacturer's Certification of Compliance. 39 40 The designation of environmentally acceptable hydraulic fluid does not mean fluid spills I 41 are acceptable. The Contractor shall respond to spills to land or water in accordance 42 with the Contract. 43 44 8-01.3(1)C7 Turbidity Curtain I 45 All Work for the turbidity curtain shall be in accordance with the manufacturer's 46 recommendations for the site conditions. Removal procedures shall be developed and 47 used to minimize silt release and disturbance of silt. The Contractor shall submit a Type I 48 2 Working Drawing, detailing product information, installation and removal procedures, 49 equipment and workforce needs, maintenance plans, and emergency 50 repair/replacement plans. 51 111 IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 1 Turbidity curtain materials, installation, and maintenance shall be sufficient to comply 2 with water quality standards. 3 4 The Contractor shall notify the Engineer 10 days in advance of removing the turbidity 5 curtain. All components of the turbidity curtain shall be removed from the project. 6 7 8-01.3(1)C1 Disposal of Dewatering Water 8 This section is revised to read: 9 10 When uncontaminated groundwater is encountered in an excavation on a project it may 11 be infiltrated within vegetated areas of the right of way not designated as Sensitive 12 Areas or incorporated into an existing stormwater conveyance system at a rate that will 13 not cause erosion or flooding in any receiving surface water. 14 15 Alternatively, the Contractor may pursue independent disposal and treatment 16 alternatives that do not use the stormwater conveyance system provided it is in 17 compliance with the applicable WACs and permits. 18 19 8-01.3(1)C2 Process Wastewater 20 This section is revised to read: 21 22 Wastewater generated on-site as a byproduct of a construction process shall not be 23 discharged to surface waters of the State. Some sources of process wastewater may be 24 infiltrated in accordance with the CSWGP with concurrence from the Engineer. Some 25 sources of process wastewater may be disposed via independent disposal and 26 treatment alternatives in compliance with the applicable WACs and permits. 27 28 8-01.3(1)C3 Shaft Drilling Slurry Wastewater 29 This section is revised to read: 30 31 Wastewater generated on-site during shaft drilling activity shall be managed and 32 disposed of in accordance with the requirements below. No shaft drilling slurry 33 wastewater shall be discharged to surface waters of the State. Neither the sediment nor 34 liquid portions of the shaft drilling slurry wastewater shall be contaminated, as 35 detectable by visible or olfactory indication (e.g., chemical sheen or smell). 36 37 1. Water-only shaft drilling slurry or water slurry with approved flocculants may be 38 infiltrated on-site. Flocculants used shall meet the requirements of Section 9- 39 14.5(1) or shall be chitosan products listed as General Use Level Designation 40 (GULD) on the Washington State Department of Ecology's stormwater 41 treatment technologies webpage for construction treatment. Infiltration is 42 permitted if the following requirements are met: 43 44 a. Wastewater shall have a pH of 6.5—8.5 prior to discharge. 45 46 b. The amount of flocculant added to the slurry shall be kept to the minimum 47 needed to adequately settle out solids. The flocculant shall be thoroughly 48 mixed into the slurry. 49 50 c. The slurry removed from the shaft shall be contained in a leak proof cell or 51 tank for a minimum of 3 hours. 521 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 1 1 d. The infiltration rate shall be reduced if needed to prevent wastewater from 2 leaving the infiltration location. The infiltration site shall be monitored 3 regularly during infiltration activity. All wastewater discharged to the I 4 ground shall fully infiltrate and discharges shall stop before the end of 5 each work day. 6 I 7 e. Drilling spoils and settled sediments remaining in the containment cell or 8 tank shall be disposed of in accordance with Section 6-19.3(4)F. 9 10 f. Infiltration locations shall be in upland areas at least 150 feet away from ' 11 12 surface waters, wells, on-site sewage systems, aquifer sensitive recharge areas, sole source aquifers, well head protection areas, and shall be 13 marked on the plan sheets before the infiltration activity begins. I 14 15 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 16 Wastewater Management and Infiltration Plan as a Type 2 Working 17 Drawing. This Plan shall be kept on-site, adapted if needed to meet the 18 construction requirements, and updated to reflect what is being done in 19 the field. The Working Drawing shall include, at a minimum, the following 20 information: I 21 22 i. Plan sheet showing the proposed infiltration location and all surface 23 waters, wells, on-site sewage systems, aquifer-sensitive recharge 24 areas, sole source aquifers, and well-head protection areas within 25 150 feet. 26 27 ii. The proposed elevation of soil surface receiving the wastewater for I 28 infiltration and the anticipated phreatic surface (i.e., saturated soil). 29 30 iii. The source of the water used to produce the slurry. I 31 32 iv. The estimated total volume of wastewater to be infiltrated. 33 34 v. The approved flocculant to be used (if any). ' 35 36 vi. The controls or methods used to prevent surface wastewater runoff 37 from leaving the infiltration location. I 38 39 vii. The strategy for removing slurry wastewater from the shaft and 40 containing the slurry wastewater once it has been removed from the 41 shaft. 1 42 43 viii. The strategy for monitoring infiltration activity and adapting methods 44 to ensure compliance. I 45 46 ix. A contingency plan that can be implemented immediately if it 47 becomes evident that the controls in place or methods being used are I 48 not adequate. 49 50 x. The strategy for cleaning up the infiltration location after the infiltration 51 activity is done. Cleanup shall include stabilizing any loose sediment 1 52 on the surface within the infiltration area generated as a byproduct of IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK • Revised: 1/11/18 1 1 suspended solids in the infiltrated wastewater or soil disturbance I 2 associated with BMP placement and removal. 3 4 2. Shaft drilling mineral slurry, synthetic slurry, or slurry with polymer additives 5 not approved for infiltration shall be contained and disposed of by the 111 6 Contractor at an approved disposal facility in accordance with Section 2- 7 03.3(7)C. Spoils that have come into contact with mineral slurry shall be 8 disposed of in accordance with Section 6-19.3(4)F. 9 10 8-01.3(1)C4 Management of Off-Site Water 11 This section is revised to read: 12 13 Prior to clearing and grubbing,the Contractor shall intercept all sources of off-site 14 surface water and overland flow that will run-on to the project. Off-site surface water 15 run-on shall be diverted through or around the project in a way that does not introduce 16 construction related pollution. It shall be diverted to its preconstruction discharge 17 location in a manner that does not increase preconstruction flow rate and velocity and 18 protects contiguous properties and waterways from erosion. The Contractor shall submit 19 a Type 2 Working Drawing consisting of the method for performing this Work. 20 21 8-01.3(1)E Detention/Retention Pond Construction 22 This section is revised to read: 23 24 Whether permanent or temporary,ponds shall be constructed before beginning other 25 grading and excavation Work in the area that drains into that pond. Detention/retention 26 ponds may be constructed concurrently with grading and excavation when allowed by 27 the Engineer.Temporary conveyances shall be installed concurrently with grading in 28 accordance with the TESC Plan so that newly graded areas drain to the pond as they 29 are exposed. 30 31 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch 32 In the table,the second column heading is revised to read: 33 34 Eastern Washington' 35 (East of the Cascade Mountain Crest) 36 37 Footnote 1 in the table is revised to read: 38 39 Seeding may be allowed outside these dates when allowed or directed by the Engineer. 40 41 8-01.3(5) Plastic Covering 42 The first sentence of the first paragraph is revised to read: 43 44 Erosion Control—Plastic coverings used to temporarily cover stockpiled materials, 45 slopes or bare soils shall be installed and maintained in a way that prevents water from 46 intruding under the plastic and prevents the plastic cover from being damaged by wind. 47 48 8-01.3(7) Stabilized Construction Entrance 49 The first paragraph is revised to read: 50 51 Temporary stabilized construction entrance shall be constructed in accordance with the 52 Standard Plans, prior to construction vehicles entering the roadway from locations that AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 • I 1 1 generate sediment track out on the roadway. Material used for stabilized construction 2 entrance shall be free of extraneous materials that may cause or contribute to track out. 3 I 4 8-01.3(8) Street Cleaning 5 This section is revised to read: 6 I 7 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 8 debris from the Roadway. The street sweeper shall effectively collect these materials 9 and prevent them from being washed or blown off the Roadway or into waters of the 10 State. Street sweepers shall not generate fugitive dust and shall be designed and 11 operated in compliance with applicable air quality standards. Material collected by the 12 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 13 I 14 When allowed by the Engineer, power broom sweepers may be used in non- 15 environmentally sensitive areas. The broom sweeper shall sweep dirt and other debris 16 from the roadway into the work area. The swept material shall be prevented from 17 entering or washing into waters of the State. I 18 19 Street washing with water will require the concurrence of the Engineer. 20 I 21 8-01.3(12) Compost Socks 22 The first two sentences of the first paragraph are revised to read: 23 I , 24 Compost socks are used to disperse flow and sediment. Compost socks shall be 25 installed as soon as construction will allow but before flow conditions create erosive 26 flows or discharges from the site. Compost socks shall be installed prior to any mulching 27 or compost placement. 28 I 29 8-01.3(13) Temporary Curb 30 The second to last sentence of the second paragraph is revised to read: I 31 32 Temporary curbs shall be a minimum of 4 inches in height. 33 I 34 8-01.3(14) Temporary Pipe Slope Drain 35 The third and fourth paragraphs are revised to read: 36 37 The pipe fittings shall be water tight and the pipe secured to the slope with metal posts, ' 38 wood stakes, sand bags, or as allowed by the Engineer. 39 40 The water shall be discharged to a stabilized conveyance, sediment trap, stormwater ' 41 42 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain water quality compliance. 43 44 The last paragraph is deleted. I 45 46 8-01.3(15) Maintenance 47 This section is revised to read: I 48 49 Erosion and sediment control BMPs shall be maintained or adaptively managed as 50 required by the CSWGP until the Engineer determines they are no longer needed. I 51 When deficiencies in functional performance are identified,the deficiencies shall be 52 rectified immediately. IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 2 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 111 3 damage and sediment deposits. Damage to or undercutting of BMPs shall be repaired 4 immediately. 5 6 In areas where the Contractor's activities have compromised the erosion control 7 functions of the existing grasses,the Contractor shall overseed at no additional cost to 8 the Contracting Agency. 9 10 The quarry spalls of construction entrances shall be refreshed, replaced, or screened to 11 maintain voids between the spalls for collecting mud and dirt. 12 111 13 Unless otherwise specified, when the depth of accumulated sediment and 14 debris reaches approximately'/the height of the BMP the deposits shall be removed. 15 Debris or contaminated sediment shall be disposed of in accordance with Section 2- 16 03.3(7)C. Clean sediments may be stabilized on-site using BMPs as allowed by the 17 Engineer. 18 I 19 8-01.3(16) Removal 20 This section is revised to read: 21 22 The Contractor shall remove all temporary BMPs, all associated hardware and 23 associated accumulated sediment deposition from the project limits prior to Physical 24 Completion unless otherwise allowed by the Engineer. When the temporary BMP 11125 materials are made of natural plant fibers unaltered by synthetic materials the Engineer 26 may allow leaving the BMP in place. 27 28 The Contractor shall remove BMPs and associated hardware in a way that minimizes 29 soil disturbance. The Contractor shall permanently stabilize all bare and disturbed soil 30 after removal of BMPs. If the installation and use of the erosion control BMPs have 31 compacted or otherwise rendered the soil inhospitable to plant growth, such as 32 construction entrances,the Contractor shall take measures to rehabilitate the soil to 33 facilitate plant growth. This may include, but is not limited to, ripping the soil, 34 incorporating soil amendments, or seeding with the specified seed. 35 I 36 At the request of the Contractor and at the sole discretion of the Engineer the CSWGP 37 may be transferred back to the Contracting Agency. Approval of the Transfer of 38 Coverage request will require the following: I 39 40 1. All other Work required for Contract Completion has been completed. 41 42 2. All Work required for compliance with the CSWGP has been completed to the I 43 maximum extent possible. This includes removal of BMPs that are no longer 44 needed and the site has undergone all Stabilization identified for meeting the 45 requirements of Final Stabilization in the CSWGP. 46 47 3. An Equitable Adjustment change order for the cost of Work that has not been 48 completed by the Contractor. 49 50 4. Submittal of the Washington State Department of Ecology Transfer of 51 Coverage form (Ecology form ECY 020-87a) to the Engineer. 52 1 111 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 1 If the Engineer approves the transfer of coverage back to the Contracting Agency, the 2 requirement in Section 1-07.5(3) for the Contractor's submittal of the Notice of 3 Termination form to the Washington State Department of Ecology will not apply. I 4 5 8-01.4 Measurement 6 This section's content is deleted and replaced with the following new subsections: I 7 8 8-01.4(1) Lump Sum Bid for Project(No Unit Items) 9 When the Bid Proposal contains the item "Erosion Control and Water Pollution 10 Prevention"there will be no measurement of unit or force account items for Work 11 defined in Section 8-01 except as described�in Sections 8-01.4(3) and 8-01.4(4). Also, 12 except as described in Section 8-01.4(3), all of Sections 8-01.4(2) and 8-01.5(2) are 13 deleted. I 14 15 8-01.4(2) Item Bids 16 When the Proposal does not contain the items"Erosion Control and Water Pollution Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will I17 18 contain some or all of the following items measured as noted. 19 20 ESC lead will be measured per day for each day that an inspection is made and a 21 report is filed. 22 23 Biodegradable erosion control blanket and plastic covering will be measured by the I 24 square yard along the ground slope line of surface area covered and accepted. 25 26 Turbidity curtains will be measured by the linear foot along the ground line of the 27 installed curtain. I 28 29 Check dams will be measured per linear foot one time only along the ground line of 30 the completed check dam. No additional measurement will be made for check 31 dams that are required to be rehabilitated or replaced due to wear. 32 33 Stabilized construction entrances will be measured by the square yard by ground 34 slope measurement for each entrance constructed. I 35 36 Tire wash facilities will be measured per each for each tire wash installed. 37 ' 38 39 Street cleaning will be measured by the hour for the actual time spent cleaning pavement, refilling with water, dumping and transport to and from cleaning 40 locations within the project limits, as authorized by the Engineer. Time to mobilize I 41 the equipment to or from the project limits on which street cleaning is required will 42 not be measured. 43 44 Inlet protections will be measured per each for each initial installation at a I 45 46 drainage structure. 47 Silt fence, gravel filter, compost berms, and wood chip berms will be measured by I 48 the linear foot along the ground line of the completed barrier. 49 50 Wattles and compost socks will be measured by the linear foot. 51 111 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 1 Temporary curbs will be measured by the linear foot along the ground line of the I 2 completed installation. 3 4 Temporary pipe slope drains will be measured by the linear foot along the flow line 5 of the pipe. 6 7 Coir logs will be measured by the linear foot along the ground line of the completed 8 installation. 9 10 Outlet protections will be measured per each initial installation at an outlet location. 11 12 Tackifiers will be measure by the acre by ground slope measurement. 13 14 8-01.4(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 15 Pollution Prevention 16 The Contract Provisions may establish the project as lump sum, in accordance with 17 Section 8-01.4(1) and also include one or more of the items included above in Section 18 8-01.4(2).When that occurs,the corresponding measurement provision in Section 8- 19 01.4(2) is not deleted and the Work under that item will be measured as specified. 20 21 8-01.4(4) Items not included with Lump Sum Erosion Control and Water Pollution 22 Prevention 23 Compost blanket will be measured by the square yard by ground slope surface area 24 covered and accepted. 25 26 Mulching will be measured by the acre by ground slope surface area covered and 27 accepted. 28 29 Seeding, fertilizing, liming, mulching, and mowing, will be measured by the acre by 30 ground slope measurement. 31 32 Seeding and fertilizing by hand will be measured by the square yard by ground slope 33 measurement. No adjustment in area size will be made for the vegetation free zone 34 around each plant. 35 36 Fencing will be measured by the linear foot along the ground line of the completed 37 fence. 38 39 8-01.5 Payment 40 This section's content is deleted and replaced with the following new subsections: 41 42 8-01.5(1) Lump Sum Bid for Project(No Unit Items) 43 Payment will be made for the following Bid item when it is included in the Proposal: 44 45 "Erosion Control and Water Pollution Prevention", lump sum. 46 47 The lump sum Contract price for"Erosion Control and Water Pollution Prevention" 48 shall be full pay to perform the Work as described in Section 8-01 except for costs 49 compensated by Bid Proposal items inserted through Contract Provisions as 50 described in Section 8-01.4(2). Progress payments for the lump sum item "Erosion 51 Control and Water Pollution Prevention"will be made as follows: 52111 ' AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 • 1 I 1 1 1. The Contracting Agency will pay 15 percent of the bid amount for the 2 initial set up for the item. Initial set up includes the following: 3 I 4 a. Acceptance of the TESC Plan provided by the Contracting Agency or 5 submittal of a new TESC Plan, 6 1 7 b. Submittal of a schedule for the installation of the BMPs, and 8 9 c. Identifying water quality sampling locations. 10 I11 2. 70 percent of the bid amount will be paid in accordance with Section 1- 12 09.9. 13 ' 14 3. Once the project is physically complete and copies of the all reports 15 submitted to the Washington State Department of Ecology have been 16 submitted to the Engineer, and, if applicable, transference of the CSWGP 17 back to the Contracting Agency is complete, the remaining 15 percent of 18 the bid amount shall be paid in accordance with Section 1-09.9. I 19 20 8-01.5(2) Item Bids 21 "ESC Lead", per day. I 22 23 "Turbidity Curtain", per linear foot. • 24 25 "Biodegradable Erosion Control Blanket", per square yard. 26 27 "Plastic Covering", per square yard. I 28 29 "Check Dam", per linear foot. 30 I 31 "Inlet Protection", per each. 32 33 "Gravel Filter Berm", per linear foot. 34 I 35 "Stabilized Construction Entrance", per square yard. 36 37 "Street Cleaning", per hour. ' 38 39 "Silt Fence", per linear foot. 40 41 'Wood Chip Berm", per linear foot. I 42 43 "Compost Berm", per linear foot. 44 45 "Wattle", per linear foot. 46 47 "Compost Sock", per linear foot. I 48 49 "Coir Log", per linear foot. 50 51 "Temporary Curb", per linear foot. I 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I - 1 "Temporary Pipe Slope Drain", per linear foot. , 2 3 "Temporary Seeding", per acre. 4 5 "Outlet Protection", per each. 6 7 "Tackifier", per acre. 8 9 "Erosion/Water Pollution Control", by force account as provided in Section 1-09.6. 10 11 Maintenance and removal of erosion and water pollution control devices including 12 removal and disposal of sediment, stabilization and rehabilitation of soil disturbed 13 by these activities, and any additional Work deemed necessary by the Engineer to 14 control erosion and water pollution will be paid by force account in accordance with 15 Section 1-09.6. 16 17 To provide a common Proposal for all Bidders,the Contracting Agency has entered an 18 amount in the Proposal to become a part of the Contractor's total Bid. 19 20 8-01.5(3) Reinstating Unit Items with Lump Sum Erosion Control and Water 21 Pollution Prevention 22 The Contract may establish the project as lump sum, in accordance with Section 8- 23 01.4(1) and also reinstate the measurement of one or more of the items described in 24 Section 8-01.4(2), except for Erosion/Water Pollution Control, by force account. When 25 that occurs, the corresponding payment provision in Section 8-01.5(2) is not deleted111 26 and the Work under that item will be paid as specified. 27 28 8-01.5(4) Items not included with Lump Sum Erosion Control and Water Pollution 29 Prevention 30 Payment will be made for each of the following Bid items when they are included in the 31 Proposal: 32 33 "Compost Blanket", per square yard. 34 35 "Mulching", per acre 36 37 "Mulching with PAM", per acre 38 39 "Mulching with Short-Term Mulch", per acre. 40 41 "Mulching with Moderate-Term Mulch", per acre. 42 43 "Mulching with Long-Term Mulch", per acre. 44 45 "Seeding, Fertilizing and Mulching", per acre. 46 47 "Seeding and Fertilizing", per acre. 48 49 "Seeding and Fertilizing by Hand", per square yard. 50 51 "Second Application of Fertilizer", per acre. 52 , AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 1 "Liming", per acre. 2 3 "Mowing", per acre. 4 5 "Seeding and Mulching", per acre. 6 7 "High Visibility Fence",per linear foot. 8 9 8-02.AP8 10 Section 8-02, Roadside Restoration 11 January 2, 2018 12 8-02.2 Materials 13 The reference to the material "Soil" is revised to read "Topsoil". 14 15 8-02.5 Payment 16 The following new paragraph is inserted following the Bid item "Plant Selection ", per 17 each: 18 19 The unit Contract price for"Plant Selection ", per each shall be full pay for all Work 20 to perform the work as specified within the planting area prior to planting for weed 21 control, planting area preparation and installation of plants with initial watering. 22 23 The paragraph following the Bid item "PSIPE_", per each is revised to read: 24 25 The unit Contract price for"PSIPE ", per each, shall be full pay for all Work to 26 perform the work as specified within the planting area for weed control and planting ' 27 area preparation, planting, cleanup, and water necessary to complete planting 28 operations as specified to the end of first year plant establishment. 29 30 8-04.AP8 31 Section 8-04, Curbs, Gutters, and Spillways 32 January 2, 2018 1 33 8-04.3(1) Cement Concrete Curbs, Gutters, and Spillways 34 The first paragraph is supplemented with the following: 35 ' 36 Roundabout truck apron cement concrete curb and gutter shall be constructed with air 37 entrained concrete Class 4000 conforming to the requirements of Section 6-02. 38 39 8-14.AP8 40 Section 8-14, Cement Concrete Sidewalks 41 January 2, 2018 42 8-14.2 Materials 43 In the second paragraph, each reference to"Federal Standard 595" is revised to read"SAE 44 AMS Standard 595". ' 45 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 8-20.AP8 I 2 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation 3 Systems, and Electrical 4 January 2, 2018 i 5 8-20.1(1) Regulations and Code 6 The last paragraph is revised to read: 7 8 Persons performing electrical Work shall be certified in accordance with and supervised 9 as required by RCW 19.28.161. Proof of certification shall be worn at all times in 10 accordance with WAC 296-46B-942. Persons failing to meet these certification 11 requirements may not perform any electrical work, and shall stop any active electrical 12 work, until their certification is provided and worn in accordance with this Section. 13 14 8-20.3(4) Foundations 15 The second sentence of the first paragraph is revised to read: 16 17 Concrete for Type II, Ill, IV, V, and CCTV signal standards and light standard 18 foundations shall be Class 4000P and does not require air entrainment. 19 20 8-20.3(5)A General , 21 The last two sentences of the last paragraph is deleted. 22 23 This section is supplemented with the following: 24 25 All conduits shall include a pull tape with the equipment grounding conductor. The pull 26 tape shall be attached to the conduit near the end bell or grounded end bushing, or to 27 duct plugs or caps if present, at both ends of the conduit. 28 29 8-20.3(8) Wiring 30 The seventeenth paragraph is supplemented with the following: 31 32 Pulling tape shall meet the requirements of Section 9-29.1(10). Pull string may not be 33 used. 34 35 8-21.AP8 36 Section 8-21, Permanent Signing 37 January 2, 2018 , 38 8-21.3(9)F Foundations 39 Item number 3 of the twelfth paragraph is supplemented with the following new sentence: 40 41 Class 4000P concrete for roadside sign structures does not require air entrainment. 42 11143 9-02.AP9 44 Section 9-02, Bituminous Materials 45 January 2, 2018 46 9-02.1 Asphalt Material, General 47 The second paragraph is revised to read: 48 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 I I 1 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified 2 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 3 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and I 4 5 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the acceptance of the WSDOT State Materials Laboratory. Once accepted, any change to 6 the QCP will require a new QCP to be submitted for acceptance. The Asphalt Supplier I 7 of PG asphalt binder and emulsified asphalt shall certify through the Bill of Lading that 8 the PG asphalt binder or emulsified asphalt meets the Specification requirements of the 9 Contract. 10 I 11 9-02.1(4) Performance Graded Asphalt Binder (PGAB) 12 This section's title is revised to read: 13 14 Performance Graded (PG)Asphalt Binder 15 16 The first paragraph is revised to read: 17 ' 111' 18 PG asphalt binder meeting the requirements of AASHTO M 332 Table 1 of the grades 19 specified in the Contract shall be used in the production of HMA. For HMA with greater 20 than 20 percent RAP by total weight of HMA, or any amount of RAS, the new asphalt 21 binder, recycling agent and recovered asphalt(RAP and/or RAS) when blended in the I 22 proportions of the mix design shall meet the PG asphalt binder requirements of 23 AASHTO M 332 Table 1 for the grade of asphalt binder specified by the Contract.• 24 25 ' The second paragraph, including the table, is revised to read: III 26 27 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders I 28 shall meet the following requirements: 29 Additional Requirements by I . Performance Grade(PG)Asphalt Binders Pro erty _Test PG58H-22 PG58V-22 PG64H-28 PG64V -28 method RTFO ' Residue: Average AASHTO T o 25% o Percent 350' 30/o Min. Min. 30/o Min. I Recovery @ 3.2 kPa 'Specimen conditioned in accordance with AASHTO T 240—RTFO. ' 30 31 The third paragraph is revised to read: 32 33 . The RTFO Jnraiff and the PAV direct tension specifications of AASHTO M 332 are not I 34 35 required. 36 9-02.1(6) Cationic Emulsified Asphalt I 37 This section is revised to read: 38 39 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the I 40 grades specified in the Contract shall be used. 41 IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 9-02.5 Warm Mix Asphalt (WMA) Additive 1 2 This section, including title, is revised to read: 3 4 9-02.5 HMA Additive 5 Additives for HMA shall be approved by the Engineer. 6 7 9-03.AP9 8 Section 9-03, Aggregates 9 January 2,2018 10 9-03.1(1) General Requirements 1 11 The second paragraph (up until the colon) is revised to read: 12 13 Aggregates for Portland Cement Concrete shall meet the following test requirements: 14 15 9-03.1(5)B Grading 16 In the last paragraph, "WSDOT FOP for WAQTC/AASHTO T 27/T 11" is revised to read 11117 "FOP for WAQTC/AASHTO T 27/T 11". 18 19 9-03.4(1) General Requirements 20 The first paragraph (up until the colon) is revised to read: 21 22 Aggregate for bituminous surface treatment shall be manufactured from ledge rock, 23 talus, or gravel, in accordance with Section 3-01. Aggregates for Bituminous Surface 24 Treatment shall meet the following test requirements: 25 26 9-03.8(1) General Requirements 27 The first paragraph (up until the colon) is revised to read: 28 29 Aggregates for Hot Mix Asphalt shall meet the following test requirements: 30 31 9-03.8(7) HMA Tolerances and Adjustments 32 In the table in item number 1,the fifth row is revised to read: 33 Asphalt binder -0.4%to 0.5% ±0.7% 34 35 In the table in item number 1,the following new row is inserted before the last row: 36 Voids in Mineral -1.5% Aggregate, VMA 37 111 38 9-03.9(1) Ballast 39 The second paragraph (up until the colon) is revised to read: 40 41 Aggregates for ballast shall meet the following test requirements: 42 1 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 i I 1 9-04.AP9 2 Section 9-04, Joint and Crack Sealing Materials I 3 January 2, 2018 4 9-04.1(2) Premolded Joint Filler for Expansion Joints 5 In this section, each reference to"AASHTO T 42" is revised to read"ASTM D 545". I . 6 7 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement 8 This section is supplemented with the following: ' 9 10 Hot poured sealant for cement concrete pavement is acceptable for installations in joints 11 where cement concrete pavement abuts a bituminous pavement. 12 I 13 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement 14 This section is supplemented with the following: 15 I16 17 Hot poured sealant for bituminous pavement is acceptable for installations in joints where cement concrete pavement abuts a bituminous pavement. 18 19 9-06.AP9 I 20 Section 9-06, Structural Steel and Related Materials 21 January 2, 2018 I 22 - 9-06.5 Bolts 23 This section's title is revised to read: 24 I 25 Bolts and Rods 26 27 9-06.5(4) Anchor Bolts 28 This section, including title, is revised to read: 29 ' 30 9-06.5(4) Anchor Bolts and Anchor Rods 31 Anchor bolts and anchor rods shall meet the requirements of ASTM F1554 and, unless I 32 33 otherwise specified, shall be Grade 105 and shall conform to Supplemental Requirements S2, S3, and S4. 34 35 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to I 36 ASTM A563, Grade D or DH. Nuts for ASTM F1554 Grade 105 galvanized anchor bolts 37 and anchor rods shall conform to either ASTM A563, Grade DH, or AASHTO M292, 38 Grade 2H, and shall conform to the overtapping, lubrication,and rotational testing 39 requirements in Section 9-06.5(3). Nuts for ASTM F1554 Grade 36 or 55 black or 40 galvanized anchor bolts and anchor rods shall conform to ASTM A563, Grade A or DH. 41 Washers shall conform to ASTM F436. I 42 43 The bolts and rods shall be tested by the manufacturer in accordance with the 44 requirements of the pertinent Specification and as specified in these Specifications. 45 Anchor bolts, anchor rods, nuts, and washers shall be inspected prior to shipping to the 46 project site. The Contractor shall submit to the Engineer for acceptance a 47 Manufacturer's Certificate of Compliance for the anchor bolts, anchor rods, nuts, and 48 washers, as defined in Section 1-06.3. If the Engineer deems it appropriate, the 111 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 Contractor shall provide a sample of the anchor bolt, anchor rod, nut, and washer for 2 testing. 3 4 All bolts, rods, nuts, and washers shall be marked and identified as required in the 5 pertinent Specification. 6 7 9-06.18 Metal Bridge Railing 8 The second sentence of the first paragraph is revised to read: 9 10 Steel used for metal railings, when galvanized after fabrication in accordance with 11 AASHTO M111, shall have a controlled silicon content of either 0.00 to 0.06 percent or 12 0.15 to 0.25 percent. 13 14 9-08.AP9 15 Section 9-08, Paints and Related Materials 111 16 January 2, 2018 17 9-08.1(2)K Orange Equipment Enamel ' 18 In the second sentence of the first paragraph, the reference to "Federal Standard 595" is 19 revised to read "SAE AMS Standard 595". 20 21 9-08.1(8) Standard Colors 22 In the first paragraph, the reference to"Federal Standard 595" is revised to read"SAE AMS 23 Standard 595". 24 25 9-13.AP9 26 Section 9-13, Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion 27 and Scour Protection and Rock Walls 28 January 2, 2018 29 9-13.1(1) General , 30 The last paragraph is revised to read: 31 32 Riprap and quarry spalls shall be free from segregation, seams, cracks, and other 33 defects tending to destroy its resistance to weather and shall meet the following test 34 requirements: 35 36 9-13.7(1) Rock for Rock Walls and Chinking Material isrevised vi read: 37 The first paragraph (up until the colon) e sed to ead 38 39 Rock for rock walls and chinking material shall be hard, sound and durable material, 40 free from seams, cracks, and other defects tending to destroy its resistance to weather, 41 and shall meet the following test requirements: 42 43 9-14.AP9 9-14, Erosion Control and Roadside Planting Sectiong 45 January 2, 2018 46 9-14.4(2) Hydraulically Applied Erosion Control Products (HECPs) 47 In the second column of Table 1, "ASTM D 586" is revised to read "AASHTO T 267". 48 ' AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I I 1 In Table 1, the second to last row is deleted. 2 3 9-20.AP9 I 4 Section 9-20, Concrete Patching Material, Grout, and Mortar 5 January 2, 2018 I 6 9-20.5 Bridge Deck Repair Material 7 Item number 3 of the first paragraph is revised to read: 8 9 3. Permeability of less than 2,000 coulombs at 28-days or more in accordance with ' 10 AASHTO T 277. 11 12 9-21.AP9 13 Section 9-21, Raised Pavement Markers (RPM) 14 January 2, 2018 I 15 9-21.2 Raised Pavement Markers Type 2 16 This section's content is deleted. 17 9-21.2(1) Physical Properties I18 19 This section, including title, is revised to read: 20 21 9-21.2(1) Standard Raised Pavement Markers Type 2 I 22 23 The marker housing shall contain reflective faces as shown in the Plans to reflect incident light from either a single or opposite directions and meet the requirements of 24 ASTM D 4280 including Flexural strength requirements. I 25 26 9-21.2(2) Optical Requirements 27 This section, including title, is revised to read: 28 I 29 9-21.2(2) Abrasion Resistant Raised Markers Type 2 30 Abrasion Resistant Raised Markers Type 2 shall comply with Section 9-21.2(1) and 31 meet the requirements of ASTM D 4280 with the following additional requirement:The I 32 33 coefficient of luminous intensity of the markers shall be measured after subjecting the entire lens surface to the test described in ASTM D 4280 Section 9.5 using a sand drop 34 apparatus. After the exposure described above, retroreflected values shall not be less 35 than 0.5 times a nominal unblemished sample. I 36 37 9-21.2(3) Strength Requirements 38 This section is deleted in its entirety. 1 39 40 9-28.AP9 41 , Section 9-28, Signing Materials and Fabrication I 42 January 2, 2018 43 9-28.11 Hardware I 44 The last paragraph is revised to read: 45 46 All steel parts shall be galvanized in accordance with AASHTO M111. Steel bolts and 47 related connecting hardware shall be galvanized in accordance with ASTM F 2329.I 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 9-28.14(2) Steel Structures and Posts I 2 The first sentence of the third paragraph is revised to read: 3 4 Anchor rods for sign bridge and cantilever sign structure foundations shall conform to 5 Section 9-06.5(4), including Supplemental Requirement S4 tested at-20°F. 6 7 In the second sentence of the fourth paragraph, "AASHTO M232" is revised to read "ASTM 8 F 2329". 9 10 The first sentence of the fifth paragraph is revised to read: 11 12 Except as otherwise noted, steel used for sign structures and posts shall have a 13 controlled silicon content of either 0.00 to 0.06 percent or 0.15 to 0.25 percent. 14 15 The last sentence of the last paragraph is revised to read: 16 17 If such modifications are contemplated, the Contractor shall submit a Type 2 Working 18 Drawing of the proposed modifications. 19 20 9-29.AP9 21 Section 9-29, Illumination, Signal, Electrical 22 January 2, 2018 23 9-29.1 Conduit, Innerduct, and Outerduct 24 This section is supplemented with the following new subsection: 25 26 9-29.1(10) Pull Tape 27 Pull tape shall be pre-lubricated polyester pulling tape. The pull tape shall have a 28 minimum width of and a minimum tensile strength of 500 pounds. Pull tape may 29 have measurement marks. 30 31 9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes 32 In the table in the last paragraph,the fourth,fifth and sixth rows are revised to read: 33 Slip Resistant Lid ASTM A36 steel Frame ASTM A36 steel Slip Resistant Frame ASTM A36 steel 34 35 9-29.6 Light and Signal Standards 36 In the first sentence of the third paragraph, "AASHTO M232" is revised to read "ASTM F 37 2329". 38 39 Item number 2 of the last paragraph is revised to read: 40 41 2. The steel light and signal standard fabricator's shop drawing submittal, including 42 supporting design calculations, submitted as a Type 2E Working Drawing in 43 accordance with Section 8-20.2(1) and the Special Provisions. 44 45 ' 9=29.6(1) Steel Light and Signal Standards 46 In the second paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 47 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 I I1 The first sentence of the last paragraph is revised to read: 2 3 Steel used for light and signal standards shall have a controlled silicon content of either I 4 0.00 to 0.06 percent or 0.15 to 0.25 percent. 5 6 9-29.6(5) Foundation Hardware I 7 In the last paragraph, "AASHTO M232" is revised to read "ASTM F 2329". 8 9 9-29.10(1) Conventional Roadway Luminaires I 10 This section is revised to read: 11 12 All conventional roadway luminaires shall meet 3G vibration requirements as described 13 in ANSI C136.31. I 14 15 All luminaires shall have housings fabricated from aluminum. The housing shall be 16 painted flat gray, SAE AMS Standard 595 color chip No. 26280, unless otherwise 117 18 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test as specified in ASTM B117. 19 20 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" I 21 tenon and adjustable within +/- 5 degrees of the axis of the tenon. The clamping 22 bracket(s) and the cap screws shall not bottom out on the housing bosses when 23 adjusted within the +/- 5 degree range. No part of the slipfitter mounting brackets on the I 24 luminaires shall develop a permanent set in excess of 0.2 inch when the cap screws 25 used for mounting are tightened to a torque of 32 foot-pounds. Each luminaire shall 26 include leveling reference points for both transverse and longitudinal adjustment. 27 I 28 All luminaires shall include shorting caps when shipped.The caps shall be removed and 29 provided to the Contracting Agency when an alternate control device is required to be 30 installed in the photocell socket. House side shields shall be included when required by I 31 32 the Contract. Order codes shall be modified to the minimum extent necessary to include the option for house side shields. 33 I 34 This section is supplemented with the following new subsections: 35 36 9-29.10(1)A High Pressure Sodium(HPS) Conventional Roadway Luminaires 37 HPS conventional roadway luminaires shall meet the following requirements: I 38 39 1. General shape shall be"cobrahead"style,with flat glass lens and full cutoff 40 optics. I 41 42 2. Light pattern distribution shall be IES Type III. 43 44 3. The reflector of all luminaires shall be of a snap-in design or secured with I 45 screws. The reflector shall be polished aluminum or prismatic borosilicate 46 glass. 47 I 48 49 4. Flat lenses shall be formed from heat resistant, high-impact, molded borosilicate or tempered glass. 50 I 51 52 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to the luminaire and secured in the closed position to the luminaire by means of I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1. 1 an automatic latch. The lens and doorframe assembly, when closed, shall 1 2 exert pressure against a gasket seat.The lens shall not allow any light output 3 above 90 degrees nadir. Gaskets shall be composed of material capable of 4 withstanding the temperatures involved and shall be securely held in place. 5 6 6. The ballast shall be mounted on a separate exterior door, which shall be 7 hinged to the luminaire and secured in the closed position to the luminaire 8 housing by means of an automatic type of latch (a combination hex/slot 9 stainless steel screw fastener may supplement the automatic-type latch). 10 11 7. Each luminaire shall be capable of accepting a 150, 200, 250, 310, or 400 watt 12 lamp complete and associated ballast. Lamps shall mount horizontally. 13 14 9-29.10(1)B Light Emitting Diode(LED) Conventional Roadway Luminaires 15 LED Conventional Roadway Luminaires are divided into classes based on their 16 equivalent High Pressure Sodium (HPS) luminaires. Current classes are 200W, 250W, 17 310W, and 400W. LED luminaires are required to be pre-approved in order to verify 18 their photometric output. To be considered for pre-approval, LED luminaires must meet 19 the requirements of this section. 20 21 LED luminaires shall include a removable access door, with tool-less entry, for access 22 to electronic components and the terminal block. The access door shall be removable, 23 but include positive retention such that it can hang freely without disconnecting from the 24 luminaire housing. LED drivers may be mounted either to the interior of the luminaire 25 housing or to the removable door itself. 26 27 LED drivers shall be removable for user replacement. All internal modular components 28 shall be connected by means of mechanical plug and socket type quick disconnects. 29 Wire nuts may not be used for any purpose. All external electrical connections to the 30 luminaire shall be made through the terminal block. 31 32 LED luminaires shall include a 7-pin NEMA photocell receptacle. The LED driver(s) 33 shall be dimmable from ten volts to zero volts. LED output shall have a Correlated Color 34 Temperature (CCT) of 4000K nominal (4000-4300K) and a Color Rendering Index (CRI) 35 of 70 or greater. LED output shall be a minimum of 85% at 75,000 hours at 25 degrees 36 Celsius. 37 38 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages 39 refer to the supply voltages to the luminaires present in the field. LED power usage shall 40 not exceed the following maximum values for the applicable wattage class: 41 Class Max. Wattage 200W 110W, 250W 165W 310W 210W 400W 275W 42 43 Only one brand of LED conventional roadway luminaire may be used on a Contract. 44 They do not necessarily have to be the same brand as any high-mast, underdeck, or 45 wall-mount luminaires when those types of luminaires are specified in the Contract. 46 LED luminaires shall include a standard 10 year manufacturer warranty. 47 - 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 I I1 The list of pre-approved LED Conventional Roadway Luminaires is available at MI 2 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 3 I 4 9-29.10(2) Decorative Luminaires 5 This section, including title, is revised to read: 6 I 7 9-29.10(2) Vacant 8 9 9-29.12 Electrical Splice Materials This section is supplemented with the following new subsections: I10 11 12 9-29.12(3) Splice Enclosures f 13 9-29.12(3)A Heat Shrink Splice Enclosure I 14 Heat shrink splice enclosures shall be medium or heavy wall cross-linked 15 polyolefin, meeting the requirements of AMS-DTL-23053/15,with thermoplastic 16 adhesive sealant. Heat shrink splices used for"wye"connections require rubber 17 electrical mastic tape. 18 19 9-29.12(3)B Molded Splice Enclosure 20 Molded splice enclosures shall use epoxy resin in a clear rigid plastic mold. The I 21 material used shall be compatible with the insulation material of the insulated 22 conductor or cable.The component materials of the resin insulation shall be 23 packaged ready for convenient mixing without removing from the package. I 24 25 9-29.12(4) Re-Enterable Splice Enclosure 26 Re-enterable splice enclosures shall use either dielectric grease or a flexible resin 27 contained in a two-piece plastic mold. The mold shall either snap together or use I 28 . stainless steel hose clamps. 29 30 9-29.12(5) Vinyl Electrical Tape for Splices I 31 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I- 32 24391C. 33 I 34 9-29.12(1) Illumination Circuit Splices 35 This section is revised to read: 36 37 Underground illumination circuit splices shall be solderless crimped connections I 38 capable of securely joining the wires, both mechanically and electrically, as defined in 39 Section 8-20.3(8). Aerial illumination splices shall be solderless crimp connectors or 40 split bolt vice-type connectors. I 41 42 9-29.12(1)A Heat Shrink Splice Enclosure 43 This section is deleted in its entirety. I 44 45 9-29.12(1)B Molded Splice Enclosure 46 This section is deleted in its entirety. 47 I 48 9-29.12(2) Traffic Signal Splice Material 49 This section is revised to read: 50 I 51 Induction loop splices and magnetometer splices shall use an uninsulated barrel-type 52 crimped connector capable of being soldered. I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 2 9-29.16(2)E Painting Signal Heads 3 In the first sentence, "Federal Standard 595" is revised to read "SAE AMS Standard 595". 4 5 9-29.17 Signal Head Mounting Brackets and Fittings 6 In the first paragraph, item number 2 under Stainless Steel is revised to read: 7 8 2. Bands or cables for Type N mount. 9 10 9-29.20 Pedestrian Signals 11 In item 2C of the second paragraph, "Federal Standard 595" is revised to read "SAE AMS 12 Standard 595". 13 14 9-34.AP9 15 Section 9-34, Pavement Marking Material 16 January 2, 2018 17 9-34.2(2) Color ' 18 Each reference to"Federal Standard 595" is revised to read "SAE AMS Standard 595". 19 20 9-34.2(5) Low VOC Waterborne Paint 21 The heading "Standard Waterborne Paint" is supplemented with 'Type 1 and 2". 22 23 The heading "High-Build Waterborne Paint" is supplemented with "Type 4". 24 25 The heading "Cold Weather Waterborne Paint" is supplemented with "Type 5". 26 27 In the row beginning with "°@90°F", each minimum value is revised to read "60". 28 29 In the row beginning with "Fineness of Grind, (Hegman Scale)", each minimum value is 30 revised to read "3". 31 32 The last four rows are replaced with the following: 33 Vehicle Composition ASTM D 100%acrylic emulsion 100%cross-linking 100%acrylic emulsion 2621 acrylic4 Freeze-Thaw ASTM D @ 5 cycles show no @ 5 cycles show no @ 3 cycles show no Stability,KU 2243 and D coagulation or change coagulation or change coagulation or change 562 in viscosity greater in viscosity greater in viscosity greater than t10KU than t10KU than t10KU Heat Stability ASTM D 5622 t 10 KU from the initial ±10 KU from the initial ±10 KU from the initial viscosity viscosity Viscosity Low Temperature ASTM D No Cracks* No Cracks Film Formation 28053 Cold Flexibility5 ASTM D522 Pass at 0.5 in mandrel* Test Deck Durability6 ASTM D913 a70%paint retention in wheel track* Mud Cracking (See note 7) No Cracks No Cracks 34 I 35 After the preceding Amendments are applied,the following new column is inserted'after the 36 "Standard Waterborne Paint Type 1 and 2"column: 37 Semi-Durable Waterborne Paint Type 3 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I IWhite Yellow Min. Max. Min. Max. Within±0.3 of qualification sample 80 95 80 95 • 60 60 ' 77 77 65 65 43 43 1.25 1.25 I 3 3 0.98 0.96 88 50 I 100° 100° 9.5 9.5 10 10 I 100%acrylic emulsion @ 5 cycles show no coagulation or change in viscosity greater than±10 KU ±10 KU from the initial viscosity I No Cracks Pass at 0.25 in mandrel e0%paint retention in wheel track No Cracks I 1 2 The footnotes are supplemented with the following: 3 4 4Cross-linking acrylic shall meet the requirements of federal specification TT-P-1952F I 5 Section 3.1.1. 6 7 SCold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness 8 of 15 mils and allowed to dry under ambient conditions (50±10% RH and 72±5 'F)for 24 II 9 hours. A cylindrical mandrel apparatus (in accordance with ASTM D522 method B) shall 10 be put in a 40°F refrigerator when the paint is drawn down After 24 hours, the Iii aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 12 apparatus for 2 hours. After 2 hours, the panel and test apparatus shall be removed and 13 immediately tested to according to ASTM D522 to evaluate cold flexibility. Paint must 14 show no evidence of cracking, chipping or flaking when bent 180 degrees over a 15 mandrel bar of specified diameter. 16 17 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a I 18 minimum of six months with the following additional requirements: it shall be applied at 19 15 wet mils to a test deck that is located at 40N latitude or higher with at least 10,000 20 ADT and which was applied during the months of September through November. I 21 22 'Paint is applied to an approximately 4"x12" aluminum panel using a drawdown bar with 23 a 50 mil gap. The coated panel is allowed to dry under ambient conditions (50±10% RH 24 and 72±5 °F) for 24 hours. Visual evaluation of the dry film shall reveal no cracks. I 25 26 9-34.3 Plastic 27 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE I28 AMS Standard 595". IAMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 II2 9-34.3(2) Type B— Pre-Formed Fused Thermoplastic 3 In the last two paragraphs, each reference to "Federal Standard 595" is revised to read "SAE 4 AMS Standard 595". 5 6 9-34.7(1) Requirements 7 The first paragraph is revised to read: 8 111 9 Field performance evaluation is required for low VOC solvent-based paint per Section 9- 10 34.2(4), Type A—liquid hot applied thermoplastic per Section 9-34.3(1), Type B— 11 preformed fused thermoplastic per Section 9-34.3(2), Type C—cold applied preformed 12 tape per Section 9-34.3(3), and Type D—liquid applied methyl methacrylate per Section 13 9-34.3(4). 14 15 The last paragraph is deleted. 16 17 9-34.7(1)C Auto No-Track Time 18 The first paragraph is revised to read: 19 20 Auto No-Track Time will only be required for low VOC solvent-based paint in 21 accordance with Section 9-34.2(4). 22 23 The second and third sentences of the second paragraph are deleted. 24 I 1 I I I I I I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I � SPECIAL PROVISIONS 1 t 1 I I 1 INTRODUCTION TO THE SPECIAL PROVISIONS 2 3 (August 14, 2013 APWA GSP) I 4 , 5 The work on this project shall be accomplished in accordance with the Standard 6 Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the 7 Washington State Department of Transportation (WSDOT) and the American Public Works I 8 Association (APWA),Washington State Chapter(hereafter "Standard Specifications"). The 9 Standard Specifications, as modified or supplemented by the Amendments to the Standard 10 Specifications and these Special Provisions, all of which are made a part of the Contract I 11 Documents, shall govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs)from l 14 various sources, which may have project-specific fill-ins; and project-specific Special 15 Provisions. Each Provision either supplements, modifies, or replaces the comparable 16 Standard Specification, or is a new Provision. The deletion, amendment, alteration, or 17 addition to any subsection or portion of the Standard Specifications is meant to pertain only I 18 to that particular portion of the section, and in no way should it be interpreted that the 19 balance of the section does not apply. 20 I 21 The project-specific Special Provisions are not labeled as such. The GSPs are labeled 22 under the headers of each GSP, with the effective date of the GSP and its source. For 23 example: I 24 25 (March 8, 2013 APWA GSP) 26 (April 1, 2013 WSDOT GSP) 27 (May 1, 2013 $$2$$GSP) I 28 29 Also incorporated into the Contract Documents by reference are: 30 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently 31 adopted edition, with Washington State modifications, if any I 32 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, 33 current edition I 34 • King County Road Standards, current edition 35 • City of Federal Way Public Works Development Standards, current edition 36 • King County Surface Water Design Manual as adopted by the City of Federal Way I 37 38 Contractor shall obtain copies of these publications, at Contractor's own expense. 39 r I I I I West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 1 I 1 1 Division 1 I 2 General Requirements 3 4 DESCRIPTION OF WORK 5 6 (March 13, 1995) 7 This Contract provides for the improvement of *** removing streambed material from a small 8 branch of West Hylebos Creek in the vicinity of S 373rd Street, ***and other work, all in 9 accordance with the attached Contract Plans,these Contract Provisions, and the Standard 10 Specifications. 11 I 12 1-01.3 Definitions 13 (******) 14 II 15 Delete the heading Completion Dates and the three paragraphs that follow it, and replace 16 them with the following:9 17 • 18 Dates 19 Bid Opening Date 20 The date on which the Contracting Agency publicly opens and reads the Bids. 21 Award Date 22 The date of the formal decision of the Contracting Agency to accept the lowest 23 responsible and responsive Bidder for the Work. 24 Contract Execution Date 25 The date the Contracting Agency officially binds the Agency to the Contract. 26 Notice to Proceed Date 27 The date stated in the Notice to Proceed. 28 Substantial Completion Date 29 The day the Engineer,determines the Contracting Agency has full and unrestricted 30 use and benefit of the facilities, both from the operational and safety standpoint, any 31 remaining traffic disruptions will be rare and brief, and only minor incidental work, 32 replacement of temporary substitute facilities, plant establishment periods, or 33 correction or repair remains for the Physical Completion of the total Contract. 34 Physical Completion Date 35 The day all of the Work is physically completed on the project. .All documentation 36 required by the Contract and required by law does not necessarily need to be 37 furnished by the Contractor by this date. 38 Completion Date 39 The day all the Work specified in the Contract is completed and all the obligations of 40 the Contractor under the contract are fulfilled by the Contractor. All documentation 41 required by the Contract and required by law must be furnished by the Contractor iii 42 before establishment of this date. II 43 Final Acceptance Date 44 'The date on which the City of Federal Way Council accepts the Work as complete. 45 46 Delete the second paragraph under heading Contract and replace it with the following: 47 48 The Contract includes all Contract Documents defined in the Public Works Contract for 49 the Project which is included in the Request for Bid as Attachment J. I West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 2 I I I 1 2 Supplement this Section with the following: 3 I 4 All references in the Standard Specifications, Amendments, or WSDOT General Special 5 Provisions, to the terms"Department of Transportation", 'Washington State 6 Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", , II 7 "Headquarters", and "State Treasurer"shall be revised to read"Contracting Agency". 8 9 All references to the terms "State"or"state"shall be revised to read "Contracting 10 Agency" unless the reference is to an administrative agency of the State of Washington, 11 a State statute or regulation, or the context reasonably indicates otherwise. 12 13 All references to "State Materials Laboratory"shall be revised to read "Contracting 14 Agency designated location". 15 16 All references to "final contract voucher certification"shall be interpreted to mean the 17 Contracting Agency form(s) by which final payment is authorized. 1 18 19 Additive ' 20 A supplemental unit of work or group of bid items, identified separately in the Bid 21 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition 22 to the base bid. 23 I 24 Alternate 25 One of two or more units of work or groups of bid items, identified separately in the Bid 26 Proposal, from which the Contracting Agency may make a choice between different 27 methods or material of construction for performing the same work. I 28 29 Business Day 30 A business day is any day from Monday through Friday except holidays as listed in I 31 Section 1-08.5. 32 33 Contract Bond 34 The definition in the Standard Specifications for"Contract Bond" applies to whatever I 35 bond form(s) are required by the Contract Documents, which may be a combination of a 36 Payment Bond and a Performance Bond. 37 1 III 38 Contract Documents 39 See definition for"Contract". 1 III 40 41 Contract Time I 42 The period of time established by the terms and conditions of the Contract within which 43 the Work must be physically completed. 44 I 45 46 Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the 47 Contracting Agency's acceptance of the Bid Proposal. I 48 49 Notice to Proceed 50 The written notice from the Contracting Agency or Engineer to the Contractor authorizing 51 and directing the Contractor to proceed with the Work and establishing the date on which 1 52 the Contract time begins. I West Hylebos Creek South 373`s Street RFB#18-003 Gravel Removal Project 3 I 1 2 Traffic 3 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 4 equestrian traffic. 5 6 1-02 Bid Procedures and Conditions 7 8 1-02.1 Prequalification of Bidders 9 10 Delete this section and replace it with the following: 11 12 1-02.1 Qualifications of Bidder 13 (January 24, 2011 APWA GSP) 14 15 Before award of a public works contract, a bidder must meet at least the minimum 16 qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified 17 to be awarded a public works project. 18 19 1-02.2 Plans and Specifications 20 (******) 21 22 Delete this section and replace it with the following: 23 24 Information as to where Bid Documents can be obtained or reviewed can be found in the 25 Request for Bids (Advertisement for Bids) for the work. 26 27 After award of the contract, plans and specifications will be issued to the Contractor at no 28 cost as detailed below: 29 To Prime Contractor No. of Sets Basis of Distribution Reduced plans (11"x 17") 5 Furnished automatically I upon award. Contract Provisions 5 Furnished automatically upon award. Large plans (e.g., 22"x 5 Furnished only upon 34") request. 30 31 Additional plans and Contract Provisions may be obtained by the Contractor from the 32 source stated in the Request for Bids, at the Contractor's own expense. 33 34 1-02.4(2) Subsurface Information 35 (March 8, 2013 APWA GSP) 36 The second sentence in the first paragraph is revised to read: 37 38 The Summary of Geotechnical Conditions and the boring logs, if and when included as111 39 an appendix to the Special Provisions, shall be considered as part of the Contract. 40 111 West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 4 1 I I 1 1-02.6 Preparation of Proposal 2 3 (August 2, 2004) I 4 The fifth and sixth paragraphs of Section 1-02.6 are deleted. 5 6 1-02.9 Delivery of Proposal I 7 (July 31, 2017 APWA GSP, Option A) 8 9 Delete this section and replace it with the following: 10 11 Each Proposal shall be submitted in a sealed envelope, with the Project Name and 12 Project Number as stated in the Call for Bids clearly marked on the outside of the 13 envelope, or as otherwise required in the Bid Documents, to ensure proper handling and I 14 15 delivery. 16 If the project has FHWA funding and requires UDBE Written Confirmation Document(s) 17 or Good Faith Effort(GFE) Documentation, then to be considered responsive,the Bidder I 18 shall submit Written Confirmation Documentation from each UDBE firm listed on the 19 Bidder's completed UDBE Utilization Certification, form 272-056U, as required by 20 Section 1-02.6. The UDBE Written Confirmation Document(s) and/or GFE (if any) shall I 21 be received either with the Bid Proposal or as a Supplement to the Bid. The 22 document(s) shall be received no later than 24 hours (not including Saturdays, 23 Sundays and Holidays) after the time for delivery of the Bid Proposal. 24 25 The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance 26 with Wage Payment Statutes"document where the Bidder under penalty of perjury 27 verifies that the Bidder is in compliance with responsible bidder criteria in RCW I 28 39.04.350 subsection (1) (g), as required per Section 1-02.14. The"Certification of 29 Compliance with Wage Payment Statutes"document shall be received either with the 30 Bid Proposal or no later than 24 hours (not including Saturdays, Sundays and I 31 Holidays) after the time for delivery of the Bid Proposal. 32 33 If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed 34 envelope labeled the same as for the Proposal,with "Supplemental Information"added. I 35 All other information required to be submitted with the Bid Proposal must be submitted 36 with the Bid Proposal itself, at the time stated in the Call for Bids. 37 I 38 The Contracting Agency will not open or consider any Bid Proposal that is received after 39 the time specified in the Call for Bids for receipt of Bid Proposals, or received in a 40 location other than that specified in the Call for Bids. The Contracting Agency will not 41 open or consider any "Supplemental Information"(UDBE confirmations, GFE I 42 documentation, or Certification of Compliance with Wage Payment Statutes)that is 43 received after the time specified above, or received in a location other than that specified 44 in the Call for Bids. I 45 46 1-02.13 Irregular Proposals 47 (June 20, 2017 APWA GSP) I 48 49 Delete this section and replace it with the following: 50 . 51 1. A Proposal will be considered irregular and will be rejected if: I52 a. The Bidder is not prequalified when so required; I West Hylebos Creek South 373NI Street RFB#18-003 Gravel Removal Project 5 I 1 b. The authorized Proposal form furnished by the Contracting Agency is not 2 used or is altered; 3 c. The completed Proposal form contains any unauthorized additions, deletions, 4 alternate Bids, or conditions; 5 d. The Bidder adds provisions reserving the right to reject or accept the award, 6 or enter into the Contract; 7 e. A price per unit cannot be determined from the Bid Proposal; 8 f. The Proposal form is not properly executed; 9 g. The Bidder fails to submit or properly complete a Subcontractor list, if 10 applicable, as required in Section 1-02.6; 11 h. The Bidder fails to submit or properly complete an Underutilized 12 Disadvantaged Business Enterprise Certification, if applicable, as required in 13 Section 1-02.6; 14 i. The Bidder fails to submit written confirmation from each UDBE firm listed on 15 the Bidder's completed UDBE Utilization Certification that they are in 16 agreement with the bidder's UDBE participation commitment, if applicable, as 17 required in Section 1-02.6, or if the written confirmation that is submitted fails 18 to meet the requirements of the Special Provisions; 19 j The Bidder fails to submit UDBE Good Faith Effort documentation, if 20 applicable, as required in Section 1-02.6, or if the documentation that is 21 submitted fails to demonstrate that a Good Faith Effort to meet the Condition 22 of Award was made; 23 k. The Bid Proposal does not constitute a definite and unqualified offer to meet 24 the material terms of the Bid invitation; or 25 I. More than one Proposal is submitted for the same project from a Bidder I 26 under the same or different names. 27 28 2. A Proposal may be considered irregular and may be rejected if: 29 a. The Proposal does not include a unit price for every Bid item; 30 b. Any of the unit prices are excessively unbalanced (either above or below the 31 amount of a reasonable Bid) to the potential detriment of the.Contracting 32 Agency; 33 c. Receipt of Addenda is not acknowledged; 34 d. A member of a joint venture or partnership and the joint venture or 35 partnership submit Proposals for the same project(in such an instance, both I 36 Bids may be rejected);or 37 e. If Proposal form entries are not made in ink. 38 I 39 1-02.14 Disqualification of Bidders 40 (July 31, 2017 APWA GSP, Option A) 41 42 Delete this section and replace it with the following: 43 44 A Bidder will be deemed not responsible if the Bidder does not meet the mandatory 45 bidder responsibility criteria in RCW 39.04.350(1), as amended. I 46 47 The Contracting Agency will verify that the Bidder meets the mandatory bidder 48 responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the I 49 Contracting Agency reserves the right to request documentation as needed from the West Hylebos Creek South 373`d Street RFB#18-003 • Gravel Removal Project 6 II1 I 1 1 Bidder and third parties concerning the Bidder's compliance with the mandatory bidder 2 responsibility criteria. 3 1 4 The Bidder shall submit to the Contracting Agency a signed"Certification of Compliance 5 with Wage Payment Statutes", document where the Bidder under penalty of perjury 6 verifies that the Bidder is in compliance with responsible bidder criteria in RCW I7 39.04.350 subsection (1)(g). A form appropriate for"Certification of Compliance with 8 Wage Payment Statutes"will be provided by the Contracting Agency in the Bid 9 Documents. The form provided in the Bid Documents shall be submitted with the Bid as I10 stated in Section 1-02.9. 11 12 If the Contracting Agency determines the Bidder does not meet the mandatory bidder I13 responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the 14 Contracting Agency shall notify the Bidder in writing, with the reasons for its 15 determination. If the Bidder disagrees with this determination, it may appeal the I16 determination within two (2) business days of the Contracting Agency's determination by 17 presenting its appeal and any additional information to the Contracting Agency. The 18 Contracting Agency will consider the appeal and any additional information before 19 issuing its final determination. If the final determination affirms that the Bidder is not 20 responsible, the Contracting Agency will not execute a contract with any other Bidder 21 until at least two business days after the Bidder determined to be not responsible has 22 received the Contracting Agency's final determination. 23 24 1-03.7 Judicial Review 25 (July 23, 2015 APWA GSP) 26 27 Revise this section to read: I 28 29 Any decision made by the Contracting Agency regarding the Award and execution of the 30 Contract or Bid rejection shall be conclusive subject to the scope of judicial review 31 permitted under Washington Law. Such review, if any, shall be timely filed in the I 32 Superior Court of the county where the Contracting Agency headquarters is located, 33 provided that where an action is asserted against a county, RCW 36.01.05 shall control 34 venue and iurisdiction. I 35 36 1-04 Scope of the Work 37 I 38 1-04.1(2) Bid Items Not Included in the Proposal 39 Delete Sectionl-04.1(2) and replace it with the following: 40 41 (******) I 42 Payment will be made only for the specific bid items listed in the Bid Schedule. No 43 separate or additional measurement or payment will be made for any and all other work 44 and materials necessary to complete the project. All work and materials not specifically 45 included in the bid items listed in the Bid Schedule shall be considered to be included in 46 the various unit price or lump sum bid prices. 47 1 West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 7 ' 1 1 1 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 2 Specifications,and Addenda I 3 (******) 4 Revise the first and second paragraph to read: 5 6 The documents embodying the legally binding obligations between the City and the , • 7 Contractor for completion of the work consist of the following:The City's Request for 8 Bids, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and 9 Conditions, Bid Form, Bid Schedule, Bid Signature Page, Bid Bond, Subcontractor List, 10 Combined Affidavit and Certification Form, Contractor's Compliance Statement, 11 Contractor Certification Wage Law Compliance— Responsibility Criteria, West Hylebos 12 Creek South 373rd Street Gravel Removal Project Contract including all exhibits, 13 Addenda and Change Orders, the West Hylebos Creek South 373rd Street Gravel 14 Removal Project Special Provisions, contract plans, applicable Amendments to the 15 WSDOT Standard Specifications, Standard Plans and Details, Prevailing Wage Rates and Il 16 Benefit Code Key, Permit and Agency Approvals, 2018 WSDOT/APWA Standard 17 Specifications for Road,Bridge and Municipal Construction ("Standard Specifications"), 18 and all other Appendices attached hereto and incorporated by this reference.The II 19 contract documents are intended to be complementary so that what is required by any 20 one of them shall be as binding as if called for by all of them.The Contractor shall 21 provide any Work or materials clearly implied in the Contract even if the Contract does 22 not mention it specifically. 23 24 Any inconsistency in the parts of the contract shall be resolved by following this order of 25 precedence(e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 26 1. Change Order or Written Construction Change Directive (if any), 27 2. Addenda(if any), 28 3. Instructions to Bidders, General Contractual Terms and Conditions including 29 Attachments A through I, and Public Work Contract, 30 4. Special Provisions, 31 5. Contract Plans, 32 6. Amendments to the Standard Specifications, 33 7. Standard Specifications, 34 8. Contracting Agency's Standard Plans or Details (if any), and 35 9. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 36 37 1-04.6 Variation in Estimated Quantities 38 (May 25, 2006 APWA GSP;may not be used on FHWA-funded projects) 39 40 Supplement this section with the following: 41 42 The quantity for "Streambed Material Removal and Disposal Incl. Haul" has been 43 entered into the Proposal only to provide a common proposal for bidders. Actual 44 quantities will be determined in the field as the work progresses, and will be paid at the 45 original bid price, regardless of final quantity. These bid items shall not be subject to the 46 provisions of 1-04.6 of the Standard Specifications. 47 I I West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 8 1 I 1 1-04.7 Differing Site Conditions(Changed Conditions) 2 Supplement this section with the following: 3 I 4 (******) 5 The Contractor shall be deemed to have waived any and all claim for additional time or 6 claim for extra compensation for additional work and material required because of the I 7 alleged changed conditions if the Contactor disturbs the condition before the Engineer has 8 indicated to the Contractor that he has completed his field evaluation of the situation. 9 Changed conditions as a result of any negligence or inattention on the part of the 10 Contractor or his subcontractors shall not be considered eligible for extra payment. I 11 12 1-05.4 Conformity With And Deviations From Plans And Stakes 13 Section 1-05.4 is supplemented with the following: I 14 15 (******) 16 The contracting agency will be responsible for all of the project surveying. I 17 18 1-05.7 Removal of Defective and Unauthorized Work 19 (October 1, 2005 APWA GSP) I 20 21 Supplement this section with the following: 22 23 If the Contractor fails to remedy defective or unauthorized work within the time specified I 24 - in a written notice from the Engineer, or fails to perform any part of the work required by 25 . the Contract Documents,the Engineer may correct and remedy such work as may be 26:;:, identified in the written notice, with Contracting Agency forces or by such other means as I 27 the Contracting Agency may deem necessary. 28 29 If the Contractor fails to comply with a written order to remedy what the Engineer I 30 determines to be an emergency situation,the Engineer may have the defective and 31 unauthorized work corrected immediately, have the rejected work removed and replaced, 32 or have work the Contractor refuses to perform completed by using Contracting Agency 33 or other forces. An emergency situation is any situation when, in the opinion of the I 34 Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk 35 of loss or damage to the public. 36 I 37 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 38 remedying defective or unauthorized work, or work the Contractor failed or refused to 39 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 40 monies due, or to become due, the Contractor. Such direct and indirect costs shall I 41 include in particular, but without limitation, compensation for additional professional 42 services required, and costs for repair and replacement of work of others destroyed or 43 damaged by correction, removal, or replacement of the Contractor's unauthorized work. I 44 45 No adjustment in contract time or compensation will be allowed because of the delay in 46 the performance of the work attributable to the exercise of the Contracting Agency's 47 rights provided by this Section. 1 48 49 The rights exercised under the provisions of this section shall not diminish the 50 Contracting Agency's right to pursue any other avenue for additional remedy or damages I51 with respect to the Contractor's failure to perform the work as required. I West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 9 I l 111 1 I 2 1-05.11 Final Inspection 3 Delete this section and replace it with the following: 4 II 5 1-05.11 Final Inspections and Operational Testing p 6 (October 1, 2005 APWA GSP) 7 8 1-05.11(1)Substantial Completion Date III 9 10 When the Contractor considers the work to be substantially complete, the Contractor 11 shall so notify the Engineer and request the Engineer establish the Substantial 12 Completion Date. The Contractor's request shall list the specific items of work that 13 remain to be completed in order to reach physical completion.The Engineer will 14 schedule an inspection of the work with the Contractor to determine the status of 15 completion. The Engineer may also establish the Substantial Completion Date 16 unilaterally. 17 18 If, after this inspection, the Engineer concurs with the Contractor that the work is 19 substantially complete and ready for its intended use, the Engineer, by written notice to 20 the Contractor, will set the Substantial Completion Date. If, after this inspection the 21 Engineer does not consider the work substantially complete and ready for its intended 22 use, the Engineer will, by written notice, so notify the Contractor giving the reasons 23 therefor. 24 25 Upon receipt of written notice concurring in or denying substantial completion, whichever 26 is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 27 interruption, the work necessary to reach Substantial and Physical Completion. The 28 Contractor shall provide the Engineer with a revised schedule indicating when the 29 Contractor expects to reach substantial and physical completion of the work. 30 31 The above process shall be repeated until the Engineer establishes the Substantial 32 Completion Date and the Contractor considers the work physically complete and ready 33 for final inspection. 34 35 1-05.11(2) Final Inspection and Physical Completion Date 36 37 When the Contractor considers the work physically complete and ready for final 38 inspection, the Contractor by written notice, shall request the Engineer to schedule a 39 final inspection. The Engineer will set a date for final inspection.The Engineer and the 40 Contractor will then make a final inspection and the Engineer will notify the Contractor in 41 writing of all particulars in which the final inspection reveals the work incomplete or 42 unacceptable. The Contractor shall immediately take such corrective measures as are 43 necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, 44 diligently, and without interruption until physical completion of the listed deficiencies. This 45 process will continue until the Engineer is satisfied the listed deficiencies have been 46 corrected. 47 48 If action to correct the listed deficiencies is not initiated within 7 days after receipt of the 49 written notice listing the deficiencies, the Engineer may, upon written notice to theIl 50 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 51 Section 1-05.7. I West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 101 I I 1 The Contractor will not be allowed an extension of contract time because of a delay in 2 the performance of the work attributable to the exercise of the Engineer's right 3 hereunder. I 4 5 Upon correction of all deficiencies, the Engineer will notify the Contractor and the 6 Contracting Agency, in writing, of the date upon which the work was considered 7 physically complete. That date shall constitute the Physical Completion Date of the I 8 contract, but shall not imply acceptance of the work or that all the obligations of the 9 Contractor under the contract have been fulfilled. 10 11 1-05.11(3) Operational Testing 12 13 It is the intent of the Contracting Agency to have at the Physical Completion Date a 14 complete and operable system. Therefore when the work involves the installation of I 15 machinery or other mechanical equipment; street lighting, electrical distribution or signal 16 systems; irrigation systems; buildings; or other similar work it may be desirable for the 17 Engineer to have the Contractor operate and test the work for a period of time after final 18 inspection but prior to the physical completion date. Whenever items of work are listed in 19 the Contract Provisions for operational testing they shall be fully tested under operating 20 conditions for the time period specified to ensure their acceptability prior to the Physical I 21 Completion Date. During and following the test period,the Contractor shall correct any 22 items of workmanship, materials, or equipment which prove faulty, or that are not in first 23 class operating condition. Equipment, electrical controls, meters, or other devices and 24 equipment to be tested during this period shall be tested under the observation of the I 25 Engineer, so that the Engineer may determine their suitability for the purpose for which 26 they were installed. The Physical Completion Date cannot be established until testing 27 and corrections have been completed to the satisfaction of the Engineer. I 28 29 The costs for power, gas, labor, material, supplies, and everything else needed to 30 successfully complete operational testing, shall be included in the unit contract prices I 31 related to the system being tested, unless specifically set forth otherwise in the proposal. 32 33 Operational and test periods, when required by the Engineer, shall not affect a 34 manufacturer's guaranties or warranties furnished under the terms of the contract. I 35 36 1-05.12 Final Acceptance 37 Delete the third and fourth sentences in the first paragraph and replace it with the following: I38 40 Final acceptance date of the work shall be the date the Federal Way City Council accepts 41 the project as complete. I 42 43 1-05.15 Method of Serving Notices 44 Section 1-05.15 is supplemented with the following: 145 46 (******) 47 Written notice to the Contractor may also be served on the Contractor by email to the email I 48 address of the Contractor's representative known to the Engineer. 49 1 I West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 11 I 1 Add the following new section: 2 3 1-05.16 Water and Power 4 (October 1, 2005 APWA GSP) 5 6 The Contractor shall make necessary arrangements, and shall bear the costs for power and 7 water necessary for the performance of the'work, unless the contract includes power and 8 water as a pay item. 9 10 1-07.1 Laws to be Observed 11 (October 1, 2005 APWA GSP) 12 13 Supplement this section with the following: 14 15 In cases of conflict between different safety regulations, the more stringent regulation 16 shall apply. 17 18 The Washington State Department of Labor and Industries shall be the sole and 111 19 paramount administrative agency responsible for the administration of the provisions of 20 the Washington Industrial Safety and Health Act of 1973 (WISHA). 21 22 The Contractor shall maintain at the project site office, or other well known place at the 23 project site, all articles necessary for providing first aid to the injured. The Contractor 24 shall establish, publish, and make known to all employees, procedures for ensuring 25 immediate removal to a hospital, or doctor's care, persons, including employees, who 26 may have been injured on the project site. Employees should not be permitted to work 27 on the project site before the Contractor has established and made known procedures 28 for removal of injured persons to a hospital or a doctor's care. 29 30 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of q Y 31 the Contractor's plant, appliances, and methods, and for any damage or injury resulting 32 from their failure, or improper maintenance, use, or operation. The Contractor shall be 33 solely and completely responsible for the conditions of the project site, including safety 34 for all persons and property in the performance of the work. This requirement shall apply 35 continuously, and not be limited to normal working hours. The required or implied duty of 36 the Engineer to conduct construction review of the Contractor's performance does not, 37 and shall not, be intended to include review and adequacy of the Contractor's safety 38 measures in, on, or near the project site. 39 40 1-07.2 State Taxes 41 Section 1-07.2 is supplemented with the following: 42 43 44 The work on this contract is to be performed upon lands whose ownership obligates the 45 Contractor to pay Sales tax. The entire project is subject to Use Tax under Section 1-07.2(1). 46 I I West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 12 1 I 1 1 1-07.5 Environmental Regulations 2 Section 1-07.5 is supplemented with the following: 3 5 Environmental Commitments 6 The following Provisions summarize the requirements, in addition to those required I 7 elsewhere in the Contract, imposed upon the Contracting Agency by the various 8 documents referenced in the Special Provision Permits and Licenses. Throughout the 9 work, the Contractor shall comply with the following requirements: 10 I 11 All provisions stated in the Hydraulic Project Approval (HPA) issued for this project by 12 Washington State Department of Fish and Wildlife. The HPA is included in the 13 Appendix C. I 14 15 All costs to comply with this special provision for the environmental commitments and 16 requirements, except the work covered by a separate Bid item, are incidental to the contract 17 and are the responsibility of the Contractor. The Contractor shall include all related costs in 18 the associated bid prices of the contract. 19 20 1-07.6 Permits and Licenses I 21 Section 1-07.6 is supplemented with the following: 22 23 (September 20, 2010) • I 24 The Contracting Agency has obtained the below-listed permit(s) for this project. A copy 25 of the permit(s) is attached as an appendix for informational purposes. All contacts with 26 the permitting agency concerning the below-listed permit(s) shall be through the 27 Engineer. The Contractor shall obtain additional permits as necessary. All costs to • III 28 obtain and comply with additional permits shall be included in the applicable bid items 29 for the work involved. Copies of these permits are required to be onsite at all times. 30 III 31 *** City of Federal Critical Areas Exemption Approval 32 City of Federal Way Right-of-Way Permit 33 Washington State Department of Fish &Wildlife Hydraulic Project Approval 34 Washington State Department of Transportation General Permit 35 *** 36 37 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan I 38 Supplement this section with the following: 39 40 (......) I 41 Use environmentally acceptable lubricants composed of biodegradable base oils such as 42 vegetable oils, synthetic esters, and polyalkylene glycols in equipment operated in or near 43 the water. 44 i 45 The work described in this section shall not be paid separately and all costs shall be 46 included in the lump sum bid item for'Temporary Water Pollution/Erosion Control"as 47 described in Section 8-01.5 of these Special Provisions. 111 48 1 I West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 13 1 r I 1 1-07.17 Utilities and Similar Facilities 2 Section 1-07.17 is supplemented with the following: 3 4 (******) 5 The approximate locations and dimensions shown in the Plans for existing facilities are 6 in accordance with available information obtained without uncovering, measuring, or 7 other verification. The City assumes no responsibility for improper locations or failure to 8 show utility locations on the Plans. 11 9 10 The following names and telephone numbers of utility companies known or suspected 11 of having facilities within the project limits are supplied for the Contractor's convenience: 12 13 District Code Company Name Marking Concerns Damage/Repair 14 CC7760 COMCAST CABLE (425)392-6412 (888)824-8289 15 KCDPW02 KING COUNTY RDS (206)296-8153 (206)296-8153 16 LKHAVN01 LAKEHAVEN U.D. (253)945-1623 (253)946-5409 17 PUGE03 PSE ELECTRIC (866)380-2627 (888)225-5773 18 PUGG03 PSE GAS (866)380-2627 (888)225-5773 19 QLNWA16 QWEST LOCAL NW (253)833-2343 (800)573-1311 20 WSDOT12 WSDOT-SIGNALS (206)442-2110 (206)442-2110 21 22 All existing utilities shall be maintained in continuous service during the Contractor's 111 23 operations, unless the Contractor receives written approval from the utility owner for 24 interruption of service. The Contractor shall check with the appropriate utility to 25 determine the minimum notice required if interruption of service is anticipated. 26 27 Notification shall be written, with a copy delivered to the Engineer, within a minimum of 28 two working days prior to the commencement of work, and must be in such detail as to 29 give the time of the commencement and completion of work and schedule of operations. 30 31 Should the property owner or the Engineer have adequate reason, as determined by the 32 Engineer,to avoid service interruption at the scheduled time, the Contractor shall 33 reschedule his work to meet the new condition. 34 35 The Contractor is also warned that there may be utilities on the project that are not part of 36 the One Call System. Notice shall be provided individually to those owners of utilities known I 37 to, or suspected of, having underground facilities within the area of the proposed excavation. 38 39 The Contractor shall be responsible for any breakage of utilities or loss of services resulting 1 40 from his operations, and shall hold the Contracting Agency and its agents harmless from any 41 claims resulting from disruption of or damages to same. 42 43 Unless specified otherwise within the contract documents,the Contractor shall be entirely 44 responsible for coordination with utility owners to either arrange for the movement or 45 adjustment of temporary or permanent utilities that prohibit completion of the contract work, 46 or to coordinate with utility owners to allow the performance of such work by the Contractor. 47 48 All work by the Contractor adjacent to or in the vicinity of existing utilities shall be performed 49 in accordance with the requirements of the utility owners. The Contractor shall pay all 50 permit, inspection, and other fees levied by the utility owners. 51 West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 141 I I 1 1 All costs incurred as a result of performance of the Contractor's obligations in this section 2 shall be included in the unit contract price for the item installed. 3 I 4 No additional compensation will be made to the Contractor for reason of delay caused by the 5 actions of any utility company and the Contractor shall consider such costs to be incidental 6 to the other items of the contract. I 7 8 The Contractor shall anticipate that the requirements of utility owners may hinder, delay, and 9 complicate execution of the Work. The Contractor shall not be entitled to any claim for 10 damages because of hindrances, delays, and complications caused by or resulting from 1 111 11 requirements imposed by utility owners. 12 13 1-07.23 Public Convenience and Safety 14 Section 1-07.23 is supplemented with the following: 15 ****** 16 ( ) 17 If operations of the Contractor are shown to significantly impede traffic flow during peak I 18 hours of traffic, the Engineer shall have the authority to restrict the Contractor to time of 19 operation on the street. 20 I 21 The Contractor shall maintain convenient access for local traffic and pedestrians to 22 driveways, houses, and buildings along the line of work. Such access shall be maintained as 23 near as possible to which existed prior to the commencement of construction.The I244 Contractor shall notify all property owners and tenants of street and alley closures, or other 25 restrictions which may interfere with their access. Notification shall be at least forty-eight(48) 26 hours in advance, and shall include placing notification signs within the affected areas, and 27 delivering notices to all property owners and tenants.A copy of such notice shall also be I 28 provided to the Engineer. Work involved with the distribution of notices to all of the property 29 owners shall be considered incidental to the Contract. 30 I 31 The Contractor shall notify the local refuse/recycling collection services, transit services, 32 school district, postal service, fire and police department in writing before the beginning of 33 operations, and provide a schedule of activities along with the associated time line, so that 34 these agencies may reroute their vehicles around the construction zone.A copy of such I 35 notice shall also be provided to the Engineer. If rerouting is not possible, as determined by 36 these agencies/services,the Contractor shall coordinate with these agencies/services to 37 provide reasonable access through the construction zone at all times. I 38 39 No specific areas are provided for construction staging/storage, access and parking. 40 Unless otherwise indicated in the Plans, on-street parking areas will be allowed to be utilized I 41 by the Contractor for work and storage areas, pending notification of the users and approval 42 by the Engineer,two (2) working days in advance. 43 44 The Contractor shall be responsible for locating and arranging for construction staging, I 45 access and personnel parking spaces, and shall be responsible for maintaining these 46 spaces in a safe and orderly condition throughout the duration of the Project. Prior to any 47 construction activity, the Contractor shall provide written notification informing the City and I 48 all employees, contractors, and subcontractors who intend to arrive at this Project with 49 vehicles, equipment or supplies, of the location, purpose and restrictions that apply to the 50 construction staging, access, and personnel parking area. 1 51 I West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 15 1 1 The Contractor shall be solely responsible for the safety, efficiency and adequacy of the I 2 Contractor's plant, appliances, and methods, and for any damage or injury resulting from the 3 failure or improper maintenance use or operation. The Contractor shall be solely and 4 completely responsible for conditions of the job site, including safety of all persons and 5 property during performance of the work. This requirement shall apply continuously and not 6 be limited to normal working hours. The required or implied duty of the Engineer to conduct 7 construction review of the Contractor's performance does not and shall not be intended to 8 include review and adequacy of the Contractor's safety measures in, on, or near the 9 construction site. The Contractor shall comply with the safety standards and provisions of 10 applicable laws, building and construction codes, and the safety regulations set forth in 11 "Safety Standards for Construction"and "General Safety Standards" published in effect at 12 the time of call for bids. These publications may be obtained from the Department of Labor 13 and Industries, Olympia, Washington. The Contractor shall also comply with the safety 14 standard provisions set forth in the"Manual of Accident Prevention in Construction" 15 published by the Associated General Contractors of America. 16 17 The work described in this section shall not be paid separately and all costs shall be 18 included in other Contract bid items associated with this work. 19 20 Section 1-07.23(1) is supplemented with the following: 21 22 (January 2,2012) 23 Work Zone Clear Zone 24 The Work Zone Clear Zone (WZCZ) applies during working and nonworking 25 hours.The WZCZ applies only to temporary roadside objects introduced by the 26 Contractor's operations and does not apply to preexisting conditions or 27 permanent Work.Those work operations that are actively in progress shall be 28 in accordance with adopted and approved Traffic Control Plans, and other 29 contract requirements. 30 31 During nonworking hours equipment or materials shall not be within the WZCZ 32 unless they are protected by permanent guardrail or temporary concrete 33 barrier.The use of temporary concrete barrier shall be permitted only if the 34 Engineer approves the installation and location. 35 36 During actual hours of work, unless protected as described above, only 37 materials absolutely necessary to construction shall be within the WZCZ and 38 only construction vehicles absolutely necessary to construction shall be 39 allowed within the WZCZ or allowed to stop or park on the shoulder of the 40 roadway. 41 42 The Contractor's nonessential vehicles and employees private vehicles shall 43 not be permitted to park within the WZCZ at any time unless protected as 44 described above. 45 111 46 Deviation from the above requirements shall not occur unless the Contractor 47 has requested the deviation in writing and the Engineer has provided written 48 approval. 49 50 Minimum WZCZ distances are measured from the edge of traveled way and 51 will be determined as follows: 52 1 West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 16 1 I ' Regulatory ,M,1A,S.1,4;,,,,ti,,;,01,!:0:,,,,,illaiiiiT Posted Speed Travele !Way (Feet) I 35 mph or less 10 * • 40 mph 15 45 to 55 mph 20 I60 mph or greater 30 1 *or 2-feet beyond the outside edge of sidewalk I 2 3 Minimum Work Zone Clear Zone Distance 4 5 1-07.24 Rights of Way I 6 Delete this section and replace it with the following: 7 8 (******) . I 9 Street Right of Way lines, limits of easements, and limits of.construction permits are 10 indicated in the Plans. The Contractor's construction activities shall be confined within 11 these limits, unless arrangements for use of private property are made. 12 I 13 Generally,the Contracting Agency will have obtained, prior to bid opening, all rights of 14 way and easements, both permanent and temporary, necessary for carrying out the 15 work. Exceptions to this are noted in the Bid Documents or will be brought to the I16 Contractor's attention by a duly issued Addendum. 17 18 Whenever any of the work is accomplished on or through property other than public 19 Right of Way,the Contractor shall meet and fulfill all covenants and stipulations of any 20 easement agreement obtained by the Contracting Agency from the owner of the private 21 property. Copies of the easement agreements may be included in the Contract 22 Provisions or made available to the Contractor as soon as practical after they have been I 23 obtained by the Engineer. 24 25 Whenever easements or rights of entry have not been acquired prior to advertising, 26 these areas are so noted in the Plans. The Contractor shall not proceed with any portion I 27 of the work in areas where right of way, easements or rights of entry have not been 28 acquired until the Engineer certifies to the Contractor that the right of way or easement is 29 available or that the right of entry has been received. If the Contractor is delayed due to I 30 acts of omission on the part of the Contracting Agency in obtaining easements, rights of 31 entry or right of way, the Contractor will be entitled to an extension of time. The 32 Contractor agrees that such delay shall not be a breach of contract. II 33 34 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This 35 includes entry onto easements and private property where private improvements must 36 be adjusted. 37 ' 38 The Contractor shall be responsible for providing,without expense or liability to the 39 Contracting Agency, any additional land and access thereto that the Contractor may I 40 desire for temporary construction facilities, storage of materials, or other Contractor 41 needs. However, before using any private property,whether adjoining the work or not, 42 the Contractor shall file with the Engineer a written permission of the private property 43 owner, and, upon vacating the premises, a written release from the property owner of II ' West Hylebos Creek South 373`d StreetRFB#18-003 Gravel Removal Project 17 I I 1 each property disturbed or otherwise interfered with by reasons of construction pursued 2 under this contract. The statement shall be signed by the private property owner, or 3 proper authority acting for the owner of the private property affected, stating that 4 permission has been granted to use the property and all necessary permits have been 5 obtained or, in the case of a release, that the restoration of the property has been 6 satisfactorily accomplished. The statement shall include the parcel number, address, 7 and date of signature. Written releases must be filed with the Engineer before the 8 Completion Date will be established. 9 10 The Contractor shall, upon vacating the premises of any easement or right of entry area, 11 obtain a written release from the property owner of each property disturbed or otherwise 12 interfered with by reasons of construction pursued under this contract. The statement 13 shall be signed by the private property owner, or proper authority acting for the owner of 14 the private property affected,stating that the restoration of the property has been 15 satisfactorily accomplished. The statement shall include the parcel number, address, 16 and date of signature. Written releases must be filed with the Engineer before the 17 Completion Date will be established. 18 19 1-08 Prosecution and Progress 20 Add the following new section: 21 I 22 1-08.0 Preliminary Matters 23 (May 25, 2006 APWA GSP) 24 25 Add the following new section: 26 27 1-08.0(1) Preconstruction Conference 28 (******) 29 30 Prior to the Contractor beginning the work, a preconstruction conference will be held 31 between the Contractor,the Engineer and such other interested parties as may be 32 invited. The purpose of the preconstruction conference will be: 33 1. To review the initial progress schedule; 34 2. To establish a working understanding among the various parties associated or 35 affected by the work; 111 36 3. To establish and review procedures for progress payment, notifications, approvals, 37 submittals, etc.; 38 4. To establish normal working hours for the work; I 39 5. To review safety standards and traffic control;and 40 6. To discuss such other related items as may be pertinent to the work. 41 42 The Contractor shall prepare and submit at the preconstruction conference the following: 43 1. A breakdown of all lump sum items; 44 2. A preliminary schedule of working drawing submittals; 45 3. A list of material sources for approval if applicable. . 46 4. Project signage& notifications; 47 5. Confirmation of staging areas; 48 6. Construction site safety; 49 7. Contractor's initial progress schedule (3 copies); 1 West Hylebos Creek South 373rd Street RFB#18-003 1 Gravel Removal Project 18 I I 1 1 8. List of materials fabricated or manufactured off site, including estimated delivery 2 dates for any critical items; 3 9. Names of principal suppliers; 1 4 10. Detailed equipment list, including "Rental Rate Blue Book" hourly costs (both 5 working and standby rates); 6 11.Weighted wage rates for all employee classifications anticipated to be used on I 7 Project; 8 12.Submittal schedule (bring preliminary list); 9 13.Testing lab accreditation and qualifications; I 10 14. Prevailing wage rate certification; 11 15. Erosion control plan;and 12 16.Traffic control plan. I 13 14 Add the following new section: 15 I 16 1-08.0(2) Hours of Work 17 18 («,....) I 19 Except in the case of emergency or unless otherwise approved by the Contracting Agency, 20 the normal straight time working hours for the Contract shall be any consecutive 8-hour 21 period between 7:00 a.m. and 6:00 p.m. of a working day with a maximum 1-hour lunch 22 break and a 5-day work week. The normal straight time 8-hour working period for the I 23 Contract shall be established at the preconstruction conference or prior to the Contractor 24 commencing the work. 25 I 26 Written permission from the Engineer is required, if a Contractor desires to perform work on 27 holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer 28 than an 8-hour period on any day. The Contractor shall apply in writing to the Engineer for 29 such permission, no later than noon on the working day prior to the day for which the ' 30 Contractor is requesting permission to work. 31 32 Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal I 33 straight time working hours Monday through Friday shall be limited as per Federal Way 34 Revised Code Section 19.105.040. Approval to continue work during these hours may be 35 revoked at any time based on verified complaints that the Contractor does not meet the 36 terms of the approved conditions, or if the Contractor's activity creates unanticipated and I 37 verifiable adverse effect(s). The Contractor shall have no claim for damages or delays 38 should such permission be revoked for these reasons. 39 40 Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal 41 straight time working hours Monday through Friday may be given subject to certain other 42 conditions set forth by the Director of City of Federal Way Community Development I 43 Department, and the Engineer. Conditions set forth by Engineer may include but are not 44 limited to: 45 • The Engineer may require designated representatives to be present during the 46 work. Representatives who may be deemed necessary by the Engineer include, I 47 but are not limited to: inspectors and other Contracting Agency employees when 48 in the opinion of the Engineer, such work necessitates their presence. 1 ' West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 19 1 • Requiring the Contractor to reimburse the Contracting Agency for the costs in I 2 excess of straight-time costs for Contracting Agency representatives who worked 3 during such times. 4 • Considering the work performed on Saturdays, Sundays, and holidays as working 5 days with regard to the contract time. 6 • Considering multiple work shifts as multiple working days with respect to contract 7 time, even though the multiple shifts occur in a single 24-hour period. 8 9 1-08.4 Prosecution of Work 10 Delete the first paragraph and replace it with the following: 11 12 ( ) 13 Notice to Proceed will be given after the Contract has been executed and all the required 14 documents have been approved and filed by the Contracting Agency. The Contractor shall 15 not commence with the work until the Notice to Proceed has been given by the Engineer. 16 Unless otherwise approved in writing, the Contractor shall commence construction activities 17 on the project site and diligently pursue the work to the physical completion date within the 18 time specified in the Section 1.2 of the Public Works Contract of this project. Voluntary 19 shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the 20 responsibility to complete the work within the time(s) specified in the Contract. 21 22 Within three (3)weeks following the Notice to Proceed Date and prior to any on-site work, 23 whichever is earlier,the Contractor shall erect the project signs described in the Section 1- 24 09.7 of these Special provisions. 25 26 1-08.5 Time for Completion 27 Revise the third paragraph to read: 28 29 (******) 30 On-site work shall start no earlier than August 6, 2018 and no later than August 13, 2018. 31 Contract time shall begin on the first working day when on-site Work begins. All in-stream 32 work must be complete by September 30, 2018 as required by the Hydraulic Project 33 Approval issued by Washington State Department of Fish &Wildlife. The Contract 34 Provisions may specify another starting date for Contract time, in which case, time will begin 35 on the starting date specified. 36 37 If the Contractor fails to start on-site work within the time window specified above, the 38 Contractor agrees to pay the City liquidated damages for each working day beyond the said 39 time window. The liquidated damage will be calculated in accordance with the formula 40 specified in the Section 1.3 of the Public Works Contract for this project. 41 42 Revise the sixthparagraph to read:. 43 44 The Engineer will give the Contractor written notice of the completion date of the contract 45 after all the Contractor's obligations under the contract have been performed by the 46 Contractor. The following events must occur before the Completion Date can be 47 established: 48 1. The physical work on the project must be complete; and 49 2. The Contractor must furnish all documentation required by the contract and required 50 by law,to allow the Contracting Agency to process final acceptance of the contract. West Hylebos Creek South 373"'Street RFB#18-003 Gravel Removal Project 20 , I 1 The following documents must be received by the Project Engineer prior to 2 establishing a completion date: 3 a. Certified Payrolls (per Section 1-07.9(5)). 4 b. Material Acceptance Certification Documents 5 c. Quarterly Reports of Amounts Credited as DBE Participation, as required by the 6 Contract Provisions. 7 d. Final Contract Voucher Certification 8 e. Copies of the approved "Affidavit of Prevailing Wages Paid"for the Contractor 9 and all Subcontractors 10 f. Property owner releases per Section 1-07.24 11 12 1-08.9 Liquidated Damages I 13 (August 14, 2013 APWA GSP) 14 15 Revise the fourth paragraph to read: 16 17 When the Contract Work has progressed to Substantial Completion as defined in the 18 Contract, the Engineer may determine that the work is Substantially Complete. The 19 Engineer will notify the Contractor in writing of the Substantial Completion Date. For 20 overruns in Contract time occurring after the date so established, the formula for 21 liquidated damages shown above will not apply. For overruns in Contract time occurring 22 after the Substantial Completion Date, liquidated damages shall be assessed on the 23 basis of direct engineering and related costs assignable to the project until the actual a g 9 9 24 Physical Completion Date of all the Contract Work. The Contractor shall complete the 25 remaining Work as promptly as possible. Upon request by the Project Engineer,the 26 Contractor shall furnish a written schedule for completing the physical Work on the 27 Contract. 28 29 1-09.7 Mobilization 30 Supplement this section 1-09.7 with the following: 31 32 (******) 33 Mobilization shall include but not be limited to the following items: movement of the I 34 Contractor's personnel, materials, equipment, supplies, and other items or work incidental 35 to construction of the project; the establishment of office/storage buildings, temporary 36 security fence and other facilities necessary for construction of the project; providing 37 sanitary facilities for the Contractor's personnel; obtaining permits or licenses required to I 38 complete the project not furnished by the City; and other work and operations which must 39 be performed or costs that must be incurred. 40 I 41 Also to be included in the lump sum bid price for"Mobilization" is the following: 42 43 1. Written release, per Section 1-07.24 shall be obtained from all property 44 owners whose property is used for storage or other purposes. 45 2. The Contractor shall be responsible for providing and installing two project 46 signs as described below. 47 48 The Contractor shall provide and maintain two (2) 8-foot wide by 4-foot high signs I 49 constructed of 3/4-inch exterior high densitysign plywood. Signs shall bear the name of 50 the project, Owner, Contractor, Engineer, and other participating agencies. Lettering shall 51 be applied by an experienced sign painter. Paint shall be exterior type enamel. The West Hylebos Creek South 373`d Street RFB#18-003 ' Gravel Removal Project 21 1 1 specific requirements are included in Appendix A. The general sign locations will be 2 provided by the Contracting Agency. The signs shall be clearly legible from moving traffic. 3 The signs shall not obscure any other signs, signals and upcoming traffic or cause any 4 safety concerns. The signs shall be erected within three (3) week following the Notice to 5 Proceed Date and before the beginning of construction, and remain in place for the 6 duration of construction. The Contractor shall remove and properly dispose of the signs at 7 project completion or when directed by the Engineer. 81 1-09.9Payments 9 a e is Ym 10 Delete the first four paragraphs and replace them with the following: 11 12 ( ) 13 The basis of payment will be the actual quantities of Work performed according to the 14 Contract and as specified for payment. 15 16 The Contractor shall submit a Lump Sum item cost breakdown to the Engineer for review 17 and approval at the Preconstruction Conference. The approved lump sum cost breakdown 18 will be used to determine the Work performed on a monthly, basis. A breakdown is not 19 required for lump sum items that include a basis for incremental payments as part of the 20 respective Specification. In the absence of anapproved lump sum breakdown,the Project 21 Engineer will determine the amounts for monthly payments on Lump Sum items based on 22 information available. The Project Engineer's determination shall be final. 23 24 Progress payments for completed work and material on hand will be based upon progress 25 estimates prepared by the Engineer. A progress estimate cutoff date will be established at 26 the preconstruction conference. The Contractor shall submit to the Engineer a request for 27 payment for work completed during the previous period. Copies of such a request for 28 payment shall be submitted on a form provided by the Engineer. All monthly pay requests 29 are subject to approval and/or verification by the Engineer. 30 31 Errors or omissions in the request for payment may result in a delayed payment. It is the 32 Contractor's responsibility to maintain and submit adequate documentation for work 33 completed within each monthly pay period. 34 35 The initial progress estimate will be made no later than 30 days after the Contractor 36 commences the work, and successive progress estimates will be made every month 37 thereafter until the Completion Date. Progress estimates made during progress of the work 38 are tentative, and made only for the purpose of determining progress payments. The 39 progress estimates are subject to change at any time prior to the calculation of the final 40 payment. 41 42 The value of the progress estimate will be the sum of the following: 43 1. Unit Price Items in the Bid Form — the approximate quantity of acceptable units of 44 work completed multiplied by the unit price. 45 2. Lump Sum Items in the Bid Form — based on the approved Contractor's lump sum 46 breakdown for that item, or absent such a breakdown, based on the Engineer's 47 determination. 48 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or 49 other storage area approved by the Engineer. 50 4. Change Orders — entitlement for approved extra cost or completed extra work as 51 determined by the Engineer. West Hylebos Creek South 373id Street RFB#18-003 Gravel Removal Project 22 ' 1 1 2 Progress payments will be made in accordance with the progress estimate less: 3 1. Retainage per Section 1-09.9(1); 4 2. The amount of progress payments previously made; and 5 3. Funds withheld by the Contracting Agency for disbursement in accordance with the 6 Contract Documents. 7 8 Progress payments for work performed shall not be evidence of acceptable performance or 9 an admission by the Contracting Agency that any work has been satisfactorily completed. 10 The determination of payments under the contract will be final in accordance with Section 11 1-05.1. 12 13 Except when requested a minimum of (10) calendar days in advance by the Contractor, 14 progress payments will be mailed to the address supplied in writing by the Contractor at the 15P reconstruction conference. 16 17 1-10 Temporary Traffic Control 18 19 1-10.2(1) General 20 Section 1-10.2(1) is supplemented with the following: 21 22 (January 8, 2016) 23 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the nof 24 State of Washington. P The Traffic Control Supervisor shall be certified by one the following: 25 26 The Northwest Laborers-Employers Training Trust 27 27055 Ohio Ave. 28 Kingston,WA 98346 29 (360) 297-3035 30 31 Evergreen Safety Council 32 12545 135th Ave. NE 33 Kirkland,WA 98034-8709 34 1-800-521-0778 or ' 35 (425) 814-3930 36 37 The American Traffic Safety Services Association 38 15 Riverside Parkway, Suite 100 39 Fredericksburg, Virginia 22406-1022 40 Training Dept.Toll Free (877) 642-4637 41 Phone: (540)368-1701 42 43 1-10.2(2) Traffic Control Plans 44 Section 1-10.2(2) is deleted and replaced with the following: 45 46 (******) 47 A City of Federal Way Right of Way permit has been obtained for this project which includes 48 minimum traffic control requirements (See Appendix C). The Contractor shall develop traffic 49 control plans to be project site specific and to facilitate the Contractor's chosen method of 50 performing,the Work. Additional measures beyond the minimum traffic control requirements 51 may be required depending on the Contractor's chosen method of performing the Work.The West Hylebos Creek South 373`'Street RFB#18-003 Gravel Removal Project 23 1 1 Contractor's traffic control plan shall show the necessary construction signs, flaggers, 1 2 spotters and other traffic control devices required to support the Work, and shall conform to 3 the established standards for plan development as shown in the MUTCD, Part 6 and the 4 most current edition of the PROWAG. The Contractor's traffic control plan shall be submitted 5 to the Engineer for approval at least 10 calendar days in advance of the time the signs and 6 other traffic control devices are scheduled to be installed and utilized. 7 8 1-10.5 Payment111 9 10 (******), 11 Delete Sections 1-10.5(2) and 1-05(3). Section 1-10.5(1) shall apply to this project. 12 1 1 1 1 1 1 1 1 1 1 i West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 24 1 ' 1 DIVISION 7 2 Draining Structures, Storm Sewers, Sanitary Sewers, Water Mains, and Conduits 3 4 7-07 Cleaning Existing Drainage Structures 5 6 7-07.1 Description ' 7 Section 7-07.1 is supplemented with the following: 8 10 The work shall consist of removing streambed material from the locations shown on the 11 Plans or as directed by the Engineer. 12 I 13 The Contractor shall carefully exam the nature of the materials to be excavated prior to 14 bidding the project and find appropriate disposal facilities that will accept the materials. 15 16 For the purpose of bidding the project, contractor shall assume that the materials are solid 17 waste material regulated under WAC 173-350. If hazardous waste material is encountered 18 during construction, at the City's sole discretion, the City may terminate the Project per 19 Section 1-08.10(2), or order the Contractor to continue the Work and pay the hazardous 20 material handling per Section 1-04.4. If the labor and/or equipment used for handling 21 hazardous materials are the same labor and/or equipment used for handling non-hazardous ' 22 materials, their payment rates shall remain the same. 23 24 7-07.3 Construction Requirements t25 Section 7-07.3 is deleted and replaced with the following: 26 27 (******) ' 28 7-07.3(1) Invasive Species Control 29 Thoroughly clean all equipment and gear before arriving and leaving the job site to prevent 30 the transport and introduction of aquatic invasive species. Properly dispose of any water and ' 31 chemicals used to clean gear and equipment. Additional information can be found in the 32 Washington State Department of Fish and Wildlife's Invasive Species Management 33 Protocols (November 2012), available online at 34 http://wdfw.wa.00v/publications/01490/wdfw01490.pdf. 35 ' 36 7-07.3(2) Fish Kill/Water Quality Problem Notification 37 If a fish kill or water quality problem occurs or fish are observed in distress at the job site, 38 immediately stop all activities causing harm, and immediately notify the Engineer. Activities 39 related to the fish kill or fish distress must not resume until the Washington State Department 40 of Fish and Wildlife (WDFW)gives approval. Additional measures may be required to 41 mitigate impacts. ' 42 43 7-07.3(3) Stream Flow Diversion and Erosion Control 44 The work area shall be isolated from stream flow by using a total bypass to reroute the 45 stream through a temporary pipe or by pumping flow around the work area. A least- West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 25 1 1 impacting feasible method to temporarily bypass water from the work area shall be used. ' 2 Install the temporary bypass before starting other construction work in the wetted perimeter. 3 Install a cofferdam or similar device at the upstream and downstream end of the bypass to 4 prevent backwater from entering the work area.The location and setup of the flow diversion 5 device shall be chosen carefully so that in case the diversion capacity is exceeded, it will not 6 flood the property located on the west side of the creek, nor flood the S 373`d Street. 7 8 The Contractor shall exam the site to determine the pumping capacity required to completely 9 divert the stream flow. At the minimum,the contractor shall furnish three 3"trash pumps. It is 10 anticipated that at the minimum,two 3"pumps will be required to actively divert the stream 11 flow and a third 3" pump will be required as a backup. Additional pumping capacity may be 12 necessary depending on the actual stream flow rate and the actual pumping capacity of the 13 Contractor's pumps. The Contractor shall closely monitor weather forecast and shall install 14 additional pump(s)to handle the anticipated storm event. The Contractor shall be 15 responsible for additional pumps necessary to divert the stream flow without additional 16 expense to the City. 17 18 The pumps shall be well maintained and in good working condition.The backup pump shall 19 be fully fueled and ready to operate. 20 21 Once started the pump must run continuously until it is no longer necessary to bypass flows. 22 This requires back-up pumps on-site and twenty-four-hour operation. 23 24 The pump intake structure must have a fish screen installed, operated, and maintained in 25 accordance with RCW 77.57.010 and 77.57.070. Screen the pump intake with one of the 26 following: 27 a) Perforated plate: 0.094 inch (maximum opening diameter); 28 b) Profile bar: 0.069 inch (maximum width opening);or 29 c)Woven wire: 0.087 inch (maximum opening in the narrow direction). 30 31 The minimum open area for all types of fish screens is twenty-seven percent. The screened 32 intake facility must have enough surface area to ensure that the velocity through the screen 33 is less than 0.4 feet per second. Maintain fish screens to prevent injury or entrapment of fish. 11134 The fish screen must remain in place whenever water is withdrawn from the stream through 35 the pump intake. 36 37 Isolate pump hose intakes with block nets so that fish cannot get near the intake. 38 39 Contractor shall protect all disturbed areas from erosion, and shall maintain erosion and 40 sediment control until all work and cleanup of the job site is complete. 41 42 All erosion control materials that will remain onsite must be composed of 100% 43 biodegradable materials. Straw used for erosion and sediment control, must be certified free 44 of noxious weeds and their seeds. 45 111 West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 26 1 I1 Stop all project activities except those needed to control erosion and siltation, if flow 2 conditions arise that will result in erosion or siltation of the stream. 3 4 Prevent project contaminants, such as petroleum products, hydraulic fluid, fresh concrete, 5 sediments, sediment laden water, chemicals, or any other toxic or harmful materials, from 6 entering or leaching into the stream. II 7 8 Upon completion of the project, remove all materials and equipment from the site. Return 9 water flow slowly to the in-water work area to prevent the downstream release of sediment 10 laden water. If necessary, install silt fencing above the bypass outlet to capture sediment I 11 during re-watering of the channel. Remove temporary erosion and sediment control methods 12 after job site is stabilized. 13 I 14 7-07.3(4) Fish Life Removal 15 All fish inside the isolated work area must be captured and safely moved from the work area 16 to the nearest suitable free-flowing water. Place block nets upstream and downstream of the I 17 in-water work area before capturing and removing fish life. All persons participating in 18 capture and removal must have training, knowledge, and skills in the safe handling of fish life. 19 I 20 If electrofishing is conducted, a person with electrofishing training must be on-site to conduct 21 or direct all electrofishing activities. 22 I 23 The Contractor shall submit documentations to prove that the persons participating in fish 24 capture and removal have adequate training. 25 I 26 7-07.3(4) Dredging 27 The only construction method allowed for this project is vacuum excavation. Traditional 28 bucket excavator shall not be used in this project. Except vacuum excavator hose, no 29 motorized equipment shall be used outside of paved roadway. Vacuum excavator shall be I' I 30 parked on the paved roadway to perform the construction. The vacuum excavator shall have 31 sufficient hose and capacity to vacuum materials from at least 200 feet away from the I 32 vacuum truck. 33 34 Dredging must be performed in the dry water-course (when no natural flow is occurring in 35 the channel, or when flow is diverted around the job site). Limit dredging to deepening the I 36 streambed. Do not disturb the banks. The Contractor shall be responsible for restoring and 37 replacing any disturbed or damaged vegetation at no expense to the City. 38 I 39 While performing the Work, the Contractor shall implement all necessary best management 40 practices and measures to meet the conditions of Section 1-07.5. 41 I 42 7-07.3(5) Material Disposal 43 The Contractor shall arrange for haul and disposal at no expense to the Contracting Agency. 44 The Contractor shall dispose of the excavated material to a disposal site approved by and in I 45 compliance with the disposal requirements of the Washington State Department of Ecology 46 and any other federal, state and local agency or department with jurisdiction. The Contractor 47 shall at all times advise the City of the disposal site or disposal sites used by the Contractor, I48 and provide copies of all disposal tickets to the City. I West Hylebos Creek South 373rd Street RFS#18-003 Gravel Removal Project 27 1 • 1 1 2 The Contractor may temporarily store excavated materials at a site secured by the 3 Contractor and approved by the City. The usage and operation of the temporary storage site 4 shall also be in compliance with all requirements of the Washington State Department of 5 Ecology and any other federal, state and local agency or department with jurisdiction. The 6 temporarily stored materials must be disposed of by the Contractor at the approved disposal 7 site before the physical completion of the project. 8 9 The Contractor shall acquire all permits and approvals required for the use of the disposal 10 sites before any waste is hauled off the project. The Contractor shall submit a Type 1 11 Working Drawing consisting of copies of the permits and approvals for any disposal sites to 12 be used. The cost of any such permits and approvals shall be included in the Bid prices for 13 other Work. The Contractor shall protect, indemnify, and save harmless the Contracting 14 Agency from any damages that may arise from the Contractor's activities in making these 15 arrangements. Such indemnity shall be in accordance with RCW 4.24.115 as amended by 16 CH. 305, Laws of 1986. Any action required to satisfy any permit and/or any approval 17 requirements in a Contractor-provided disposal site shall be performed by the Contractor at 18 no additional expense to the Contracting Agency. 19 20 While performing the Work, if water and/or soil appear oily, exhibit an unusual color or odor, 21 or if staining or corrosion is observed, the Contractor shall stop work and immediately notify 22 the Engineer. Additional work necessary in handling materials shall be in accordance with 23 Section 1-04.4. 24 25 7-07.3(6) Accommodating Bridge Inspection 26 The bridge structure will be inspected by King County Road Services while the streamflow is 27 diverted and the sediments underneath the bridge are cleaned. The inspection may take a 28 few hours. The Contractor shall accommodate the inspection by providing safe access to the 29 area underneath the bridge. The Contractor shall notify the City when the bridge is ready for 30 the inspection. This notice shall be given sufficiently in advance to allow King County at least 31 two full business days to prepare for the inspection. For example, if the Contractor expects 32 the bridge inspection to be performed on a Wednesday, the notice shall be given no later 33 than the end of business day of the Friday prior to the Wednesday. Failure to notify the City 34 may result in delaying the Contractor to remove the streamflow diversion, or if the 35 streamflow diversion is already removed without the bridge inspection, requiring the 36 Contractor to reinstall the flow diversion without additional expense to the City.. 111 37 38 The inspection shall not constitute an interference with the rights of the Contractor. 39 40 7-07.3(7) Site Restoration 41 The Contractor shall protect all existing improvements in the vicinity of the project site. 42 These improvements may include but shall not be limited to, fencing, guardrail, established , 43 vegetation, and pavement markings. Immediately following the construction, the Contractor 44 shall restore and replace all disturbed or damaged improvements regardless whether the 45 disturbance or damage is necessary for the Contractor to perform the Work. The disturbed ' West Hylebos Creek South 373`d Street RFB#18-003 Gravel Removal Project 28 I1 or damaged improvements shall be restored to conditions equal to or better than the 2 conditions prior to the construction. I 3 4 7-07.4 Measurement 5 Add this new section of 7-07.4 I 6 8 No specific unit of measurement will apply to the lump sum items for"Stream Flow I109 Diversion", and "Fish Life Removal". 11 Streambed Material Removal and Disposal Incl. Haul will be measured by the cubic yard. All I 12 excavated material will be surveyed prior to excavation activities in the position it occupied 13 before the excavation was performed. The survey will be performed in a manner that 14 produces a 1-foot contour interval map, with all grade breaks such as tops, toes, thalweg, I 15 etc. surveyed to ensure accurate topography. Following the completion of dredging activities 16 a post-construction survey of the creek bed will be performed in the excavated portion of the 17 stream and compared with the pre-construction survey to determine the total pay volume I 18 excavated. The pre and post-construction survey will be performed on the stream bed in a 19 de-watered condition. 20 I 21 The City will be responsible for providing the pre and post-construction survey and will 22 ensure that the surveys and subsequent calculation are performed by a Professional Land 23 Surveyor, licensed in the State of Washington. The contractor shall notify the City following 24 the de-watering of the stream and again following the completion of dredging activities. All ' 25 clean water within the dredging limits must be completely drained before the survey can be 26 performed. The Contractor shall allow for the City to complete the pre-construction survey I 27 within 3 working days of the notice and complete the post-construction survey within another 28 3 working days of the notice. 29 I 30 The post-construction survey will be used to verify the conformity to the design. Pay 31 volumes will be paid up to the volumes calculated between the surveys. 32 I 33 The bid quantity is estimated based on an approximate field measurement of the creek bed 34 and therefore is not necessarily accurate. The actual quantity of excavation may vary. 35 I 36 7-07.5 Payment 37 Section 7-07.5 is supplemented with the following: 38 40 Payment will be made for the following Bid item when it is included in the Proposal: 41 I 42 "Stream Flow Diversion", lump sum. 43 "Fish Life Removal", lump sum. 44 "Streambed Material Removal and Disposal Incl. Haul", per cubic yard. I I West Hylebos Creek South 373''Street RFB#18-003 Gravel Removal Project 29 I 1 1 The unit Contract price per cubic yard for"Streambed Material Removal and Disposal Incl. ' 2 Haul" shall be full compensation for all costs incurred by the Contractor in performing the 3 Contract Work defined in Section 7-07 except for costs compensated by other Bid items 4 specifically included in the Contract. Site restoration shall also be included in the per cubic 5yard payment for"Streambed Material Removal and Disposal Incl. Haul". 6 1 1 1 1 1 1 1 West Hylebos Creek South 373"'Street RFB#18-003 Gravel Removal Project 30 1 I I1 DIVISION 8 2 MISCELLANEOUS CONSTRUCTION 3 ' 4 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL 5 6 8-01.3(1) General 7 Section 8-01.3(1) is supplemented with the following: 8 I9 (******) 10 The Contractor shall clean all roadways, streets, sidewalks, open spaces and appurtenances 11 of all material or debris which are dropped or otherwise deposited thereon as a result of the I 12 Contractor's operations. All such areas shall be cleaned at the conclusion of each day's 13 operations and at such other times as ordered by the City. 14 I 15 Any violation of the above requirements will be sufficient grounds for the City to order the 16 roadways, streets, sidewalks and appurtenances cleaned by others and to deduct all costs 17 of such cleaning from any monies due or to become due to the Contractor. I 18 19 All costs in connection with the above work for cleaning of streets shall be included in lump 20 sum bid item for Temporary Water Pollution/Erosion Control. I 21 22 8-01.3(1)A Submittals 23 Section 8-01.3(1)A is supplemented with the following: I 24 25 (******) 26 The Contractor is required to submit his/her own TESC Plan to the City for review. The 27 TESC Plan shall be developed for construction activities required by this Contract, and I 28 include a detailed description of the methods, sequencing, proposed types and quantities of 29 materials, and schedule of implementation, inspection, and removals, in accordance with the 30 plans and these special provisions. I 31 32 As construction progresses and or seasonal conditions dictate, the Contractor shall 33 anticipate that more water pollution/erosion control measures may be necessary. The 34 Contractor shall be solely responsible for the adequacy of the TESC Plan and if erosion 35 sediment and other pollutant control measures in deviation or addition to those described in 36 the TESC Plan become necessary to minimize erosion and prevent storm water I 37 contamination from sediment and other pollutants,the Contractor shall prepare and submit a 38 revised TESC Plan to the Engineer for review. I 39 40 8-01.3(1)B Erosion and Sediment Control (ESC) Lead 41 Delete Section 8-01.3(1)B and replace it with the following: I 42 43 (******) 44 An ESC Lead is not required for the this project. 1 45 West Hylebos Creek South 373rd Street RFB#18-003 Gravel Removal Project 31 I 1 1 8-01.4 Measurement 2 Section 8-01.4 is deleted and replaced with the following: 3 4 (******) 5 No specific unit of measurement will apply to the lump sum item for`Temporary Water 6Pollution/Erosion Control". 7 8 8-01.5 Payment 9 Section 8-01.5 is deleted and replaced with the following: 10 11 (******) 12 Payment will be made for the following bid item: 13 14 "Temporary Water Pollution/Erosion Control", per lump sum. 15 Unless specifically listed as a separate bid item in this section, the lump sum bid item for 16 `Temporary Water Pollution/Erosion Control"shall be full compensation for all of the work of 8-01 and1- 7.1ofh Standard n e 17 described in the Sections 0 5 the Sta da d a d thes 18 Special Provisions, and as shown on the Plan. 19 1 1 1 1 1 1 1 1 1 West Hylebos Creek South 373rd Street RFB#.18-003 Gravel Removal Project 32 1 I IAPPENDIX A 1 STANDARD PLANS AND DETAILS AND PROJECT SIGN DETAILS I I I I i I I I I I I I I ICity of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project 2018 RFB ver.4-17 r 6w,4s»004t\604pea-L ite-RAsouatad u\ Aolodors\inlua\\ -- NOV19 4 y'TL t { 1 { •` Sl101OVt11NOO ZAX:8OjOVa1NOO NOtn9 8 Kg`xxxxxxxxxxx ,i { T1 f `1616•111111 NMI�N/ AVM lVl13O3d d0 A113•d3NM0 , 31V0 N01131dW0 '1S3 { { 1 no xxxxxxxxxxx :31Va ONINNIO38 S3 I { f { '• .l .t, —aovie UNfld JJ.I1lin H31VM 3OVdHfS { { { 1 { AVM 1Va3a3d dO A119 :A8 aaaNfld + { ,fie { •�� nOAod ) . conn ±V iI AO ■ unoA -, 1O3r0Hd -Idn01A13t1 13AV IJ1 =' ,... Z 3n18 Ilion ,Z AVM M1303d OnOS -� '1S aL£ '5 �i33 SO31AH IS3M NO1X313LHM OOLZ-009 1 woa•AeMpepa}4oATia•MMM •s-.z 1N3W1litld30SNtiOM011Bnd Ly L•, "OV18 3019 NN �aM laaapaNNW AVM TM303A ` .SL'0 -L .s—.1 dO A11,� -r-.1 A113 3H1 A8 0301AONd 1V030 1. (3n19 NNVO AVM 1Vd3031) 2130N09.9'0 _;g.___ .0 A1.10 3H1 A8 a301AONd 1V330 'ONIM3IA mend 111,4213d 01 30VI0 oNf1VA3Nd 3A09V 3ONVISIO d3dONd V NUS d33N 01 SH11N31 LSOd 1N32131310 381(103N AVW SNOILONOO 3LS '031V3211 3NfSS3dd 'SLSOd .4 X. 301AONd '0 13LHM) 13WVN3 30V210 3NINVW HLM S301S 11V NO O31V3S 38 01 NOIS Z 000MA1d 30VI0 3NINVW ,4/f 40 0310f21LSNOO 38 01 NOIS '1 'S310N I APPENDIX B PREVAILING WAGES AND BENEFIT CODE KEY I 1 I I 1 I r 1 I I I I I t City of Federal Way RFB# 18-003 West Hylebos Creek South 373rd Street Gravel Removal Project 2018 RFB ver.4-17 I 1 State of Washington ' Department of Labor & industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 IWashington State PrevailingWage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of I 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. I Journey Level Prevailing Wage Rates for the Effective Date: 3/7/2018 ICounty: Trade � Job Classification Holiday Overtimes Note . King Asbestos Abatement Workers Journey Levet $46.571^ 5D j1-1 King Boilermakers ;Journey Level $66.54i 5�l, 1C King ;Brick Mason Journey Level $55.82 5A M £King Brick Mason ;Pointer-Caulker-Cleaner ;_$55.821 5A 1M IKing Building Service Employees Janitor $23 731 5S 2F Building Service EmpjQyees ;Traveling Waxer/Shampooer $24 181 5S 2F 1 !King MI iKing 'Building Service Employees !Window Cleaner (Non-Scaffold) $27 23 5S 2F i King Building Service Employees ;Window Cleaner (Scaffold) 528.131 5S King :Cabinet Makers (In Shop) Journey Level $22.741 1 KinCarpenters Bridge, Dock And Wharf $57 18 5D 4C King ;Carpenters Acoustical Worker King ��,_...._ ......_.. . g 57.18; 5D 4C I Carpenters King Carpenters Carpenter $57.181 5D 4C g King ;Carpenters ;Carpenters on Stationary Tools $57.311 5D ; 4C 1 King `Carpenters Creosoted Material $57.28, 5.0. 5C :KingCarpenters Floor Finisher $57 18` 5D 4C King Carpenters ,Floor Layer $57.1815D ic 1 . I King Carpenters Scaffold Erector $57 18 5D 4C King Cement Masons Journey Level _ $57.211 7A 1M I King ;Divers l't Tenders IBell/Vehicle or Submersible J $110.541 5D 4C ] 1 Operator (Not Under Pressure) King Divers £t Tenders Dive Supervisor/Master i $72.971 5D 4C King i Divers Ft Tenders Diver $110.541 5D 4C 8V ITenders King Divers a Diver On Standby $67.971 5D 52 4C King Divers Et Diver Tender $61 651 4C ..._ .. __. I King Divers ft Tenders Manifold Operator $61.651 5D 4C I R IKing Divers Et Tenders Manifold Operator Mixed Gas $66.65; 5D 4C i King Divers a Tenders Remote Operated Vehicle $61.65' 5D 4C Operator/Technician } ;King ,_,_ ,„ ;Divers &Tenders Remote Operated Vehicle Tender $57.431 5A 4C King 1Dredge Workers !Assistant Engineer $56.44i 5D , 31' I ;King 'Dredge Workers ;Assistant Mate(Deckhand) i $56.003 5D 3F _ . _ __ ___... «...m___..._«. ____�.._.. ...__ _._.__.« ; _1. «. !King !Dredge Workers 1Boatmen $56.441 5D 1 3F 1 [King Dredge Workers !Engineer Welder ' $57.51= 5D 3F 1King [Dredge Workers 1Leverman, Hydraulic ; $58.671 5D 3F I king !Dredge Workers !Mates 1 $56.44 ....SD... 3F . .. , €King !Dredge Workers 'Oiler , $56.001 5D I 3F 1 !King !Drywall Applicator Journey Level 1 $56.78 ; 1H 1 !King [Drywall Tapers, !Journey Level 3 $57 .43 5P 1E King Electrical Fixture Maintenance ;Journey Level $28.991 5L 1 1 E . ..._. Workers ___._ . ___.__ !King }Electricians- Inside Cable Splicer $76.961 7C 4E I I-, 1.. _ __.. _ _ .. _.._,_.w,... _. _....__ _ ,_W_.._. ._ _ _m king 3glectricians- inside Cable Splicer(tunnel) _ $82.24; KI 4E I. ing tElectricians- Inside ;Certified Welder $74.383 7C 4E a !King Electricians Inside !Certified Welder(tunnel) 1 $79.801 JC j 4E 1 r , . .. .. ..... . .. king !Electricians Inside Construction Stock Person 1 $39.69' 7C ! 4E =King !Electricians Inside !Journey Level ; $71.801 7C ,i i 4E King [Electricians- Inside !Journey Level (tunnel) ; 576.961 7C I 4E . !King 1Electricians Motor Shop 'Craftsman 1 $15.371 1 1 € 1 king ;Electricians-Motor Shop Journey Level $14.691 1 'King 'Electricians- Powerline ;Cable Splicer $79.431iti 1 4D Construction' j 1 ...__..._. .. — .. _ _. _ w.,.... ... ., %King Electricians- Powerline 'Certified Line Welder 1 $69.751 5A 1 4D 1 [Construction f j 1 I !King !Electricians - Powerline !Groundperson i $46.28 5A I 42 , Construction 1 ! King ;Electricians - Powerline !Heavy Line Equipment Operator $69.75, 5A t _ Construction II Kin Electricians- Powerline JourneyLevel Lineperson King P $69.751 3 42 'Construction . King Electricians- Powerline !Line Equipment Operator = $59.01 i 5A ! 4D I I Construction ; ' n _--1 ,._... . _._.,.. ._.._,_.._, . ._, .. !King ;Electricians- Powerline !Meter Installer i $46.281 5A 1 4D 5W, !Construction 1 1 king Electricians- Powerline Pole Sprayer ' $69.751 5A 4D l [Construction i I 1 1 1 !King I,Electricians- Powerline TPowderperson = $52.201 5A 4D 3 1 Construction 1 King Electronic Technicians 'Journey Level 1 $31001 .M 1 I ._.....,................._._.._,«,....w.,..,...N,_w...._....,..._................,,,..._........«,.,.I. _. _ .«.,.,,,.,., ......,.,.,..,_...,._..__,.._..__..., .. ..,, !King 'Elevator Constructors !Mechanic ......_W_..,.w,.$91.24. 7D 3 4A _.. king iElevator Constructors _ !Mechanic In Charge _ ; $98.511 7D 4A King 'Fabricated Precast Concrete !All Classifications- In-Factory I $17.72 5B 1 13 !Products !Work Only , I _ .. i King !Fence Erectors Fence Erector I $15.18 1 King !Flagg= !Journey Level �.._..$39_.481 ..._7A. .1....._.31 ... !King !Glaziers !Journey Level 1 $61.811 7L 1Y r [King !Heat Et Frost insulators And 'Journeyman 1 $67.93 5.4 I 41-1 ( Asbestos Workers ! I I [King Heating Equipment Mechanics !Journey Level $78.17 7F 1E I King 'Hod Carvers ft Mason Tenders !Journey Level $48.02 7A l 31 I I King Industrial Power Vacuum Cleaner Journey Level $11.501 1 King Inland Boatmen Boat Operator $61.415131K .King ;Inland Boatmen ;Cook $56.481 5B 1K 1 King Inland Boatmen Deckhand $57 48 L King Boatmen Deckhand Engineer $58.81 5B 1K I :King =Inland Boatmen Launch Operator $58.891 5B 1K King Inland Boatmen Mate $57.31 5B 1 K King I pection/Cleaning/Sealing Of ;Cleaner Operator, Foamer $31.49 1 i Sewer a Water Systems By, ;Operator Remote Control F King 'Inspection/Cleaning/Sealing Of Grout Truck Operator $11.50; 1 k. Sewer a Water Systems By, I Remote Control _ __.__.._ __.._ ___£ ___ a King Inspection/Cleaning/Sealing Of 'Head Operator $24.91 1 Sewer a Water Systems By, IRemoteControt �_._ __.._..._... Kin Inspection/Cleaning/Sealing Of Technician $19 331 1 'Sewer a Water Systems By, IRernoteContro. - King :Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 :Sewer a Water Systems By, 1 ( t Remote Control ; 1 King Insulation ApplicatorsI ;Journey Level $57.181_ 5D 4( _'. ____._ King Ironworkers {Journeyman $67.881 7N 10 1 ii King Laborers 'Air, Gas Or Electric Vibrating $46.571� 31 1 ,Screed .. ..._ . King .Laborers Airtrac Drill Operator $48 02 7A 31 King Laborers Ballast Regular Machine $46.57! L 31 a _:.:.,. . King Laborers Batch Weighman $39.481— 7A 31 King !Laborers iBrick Pavers $46.571 7 31 "y ...,..., .. ...,.. .... .. ... ..... ..... ... 3. King Laborers 1 I Brush Cutter $46.57i 7A 'King Laborers :Brush Hog Feeder $46.571 7A i 31 s King ;Laborers Burner $46.571 7A 3 King Laborers ,Caisson Worker ________$48.02i 31 sKing Laborers Carpenter Tender $46.571 7A 31 King Laborers Caulker I $46.571 7A 31 1 King ;Laborers Cement Dumper paving $47.441 7A 31il :King Laborers ,Cement Finisher Tender $46.571 7A 31 King Laborers Change House Or Dry Shack $46 57! 7A 3 I King Laborers Chippmg Gun (under 30 Lbs.) $46.57 ZA 31 King Laborers .Chipping Gun(30 Lbs. And Over) $47.44 7A Ki• ng Laborers !Choker Setter , $46.57; 7A 31 King ;Laborers Chuck Tender $46.57; 7A 31 II king ;Laborers ;Clary Power Spreader _i_ $47 44 7A 31 iKin x g s Clean-up Laborer $46 57f 7A 31 :King Laborers !Concrete Dumper/chute 7A _...�. � ' ;Operator r King Laborers Concrete Form Stripper $46.571 7A 31 ,King Laborers ;Concrete Placement Crew ; $47441 7A 31 ? I King ;Laborers ;Concrete Saw Operator/core 1 $47.44£ 7A i 31 111 A ? :Driller 1 i I I !King ;Laborers :Crusher Feeder I $39.481 7A 31 1 i !King Laborers !Curing Laborer ' $46 571 7A 31 1 I King ILaborers !Demolition: Wrecking a Moving ; $46.57 7A 3 4 F kind Charred Material) 1 ;King Laborers !Ditch Digger i $46.571 7A 31 King !Laborers !Diver E$48.021 7A 1 King ;Laborers !Drill Operator $47.44 7A 31 I ? x h draulic diamond) 1 1 � Y , f King i Laborers !Dry Stack Walls I $46.57 LA 31 [ !King !Laborers iDump Person $46 57i 7A _ _ )King Laborers Epoxy TechnicianI $46.571 ZA 31I I King Laborers !Erosion Control Worker $46 57 ]A 31 King !Laborers !Faller ft Bucker Chain Saw 1 $47.44 7A ! 31 k !King Laborers _ ,__..,_ . .,.... _.. Fine Graders I $46.57 ... 7A. .p , ..... I King 'Laborers ;Firewatch $39.48 7A 31 - !King Laborers µm..,_M.___. _.. _.. ,,,,,Form Setter $46.57' 7A -1 31 .__. IKing ;Laborers :Gabian Basket Builders i $46.571 7A ' 31 I King ;Laborers ;General Laborer $46 57y 7A 31 i (King ;Laborers !Grade Checker Et Transit Person I $48 02 7A 31 I 4 King 1Laborers iGrinders I $46.571 7A 31 1..., iKing =Laborers :Grout Machine Tender ! $46.57! JA 31 1 1 Kin 'Laborers __...__...__._._. jGroutmen __.._. .�._.�. g 3 (pressure)including 1 $47.44 7A 3 b !Post Tension Beams 1 xKing !Laborers Guardrail Erector ; $46.571 { 31 w .,._._:. King ;Laborers ;Hazardous Waste Worker (levet i $48 02 7A ; [King ;Laborers Hazardous Waste Worker level I $47.44 7A King ,Laborers !Hazardous Waste Worker (level $6.571zA 31 I 1C) !King Laborers !High Scaler ' $48.02] 7A 1 I (King !Laborers !Jackhammer I $47.44! 7A1 King !Laborers ;Laserbeam Operator ! $47.44' 7A 31 King Laborers _ Maintenance Person $46.571 7A yN 'King !Laborers ?Manhole Budder mudman ( $47.44= 7A 31 r' 'King [Laborers ;Material Yard Person ` $46.57, 7A 31 King !Laborers :Motorman-dinky Locomotive $47 44 7A 3 King !Laborers I Nozzleman (concrete Pump, 1 $47.441 7A ; 31 x !Green Cutter When Using111 I 1 !Combination Of High Pressure Air; I Et Water On Concrete a Rock, !Sandblast, Gunite, Shotcrete, 1 ;Water Bla King Laborers IPavement Breaker I $47.441 7A 31 !KingLaborers.... _ [Pilot Car...._, I $39.481 7A _. ... kKing ;Laborers 'Pipe Layer Lead . $48.02 7A 31 z .� I King =Laborers ._..... ;Pipe Layer/tailor ' $47 441 7A 3 i I I I 11 Kinging !Laborers Pipe Pot Tender ' $47.44 7A 31 KLaborers Pipe Reltner $47.44 7A 31 !King =Laborers Pipe Wrapper = $47.441 7A 31 I ',KingLaborers Pot Tender $46 57 7A1 j 1 King Laborers Powderman $48.02 7A 31 ;, King i Laborers Powderman's Helper 1 $46.57 Z 31 1 IKing Laborers Power Jacks $47.441M 1 1 King ;Laborers ?Railroad Spike Puller- Power 1 $47.44, 7A 31 King Laborers= ;Raker Asphalt $48 021 ! 31 l IKing Laborers Re timberman $48.02 7A 31 3 King Laborers ,Remote Equipment Operator $47.44 7A I KingLaborers Rigger/signal Person $47.441 7A 31 Kin Laborers RipRa Person 46.571 M 11 1 King Laborers 4 Rivet Buster $47441 7A 31 ' 111 1 King Laborers Rodder $47 441 7A _ 31 l King Laborers Scaffold Erector 1 $46 57` 7A 31 p King Laborers Scale Person i $46.57 7A 31 1 i .... . ..... King Laborers 1Sloper (over 20") $47.441 7A i 31 1. King Laborers jSloper Sprayer . 546.571 7A 31 King Laborers iSpreader(concrete) $47 441 7A 31 1 King Laborers Stake Hopper . $46.571 7A 31 -1i King Laborers Stock Piler $46.571 7A j 31 ,King ;Laborers ;Tamper Et Similar Electric, Air Et $47.44 7A i 31 1Gas Operated Tools :King Laborers Tamper (multiple Et Self- $47.44, Z 31 ' propelled) I $47 King ;Laborers ?Timber Person - Sewer(tagger, .44€ 7A 31 Shorer ft Cribber) I 1 King Laborers Toolroom Person (at Jobsite) $46.57! 7A 31 King :Laborers Topper $46 57 7A 31 King 'Laborers ;Track Laborer $46.57i 7A 3l King Laborers iTrack Liner (power) $47.441 7A 1 31 King Laborers Traffic Control Laborer $42.22 7A 1 1 8R King Laborers ;Traffic Control Supervisor $42.22! 7A 31 4 8R w King Laborers Truck Spotter $46 57j 7A 31� King Laborers ;Tugger Operator _ $4744, 7A ; 1 1 King Laborers ;Tunnel Work-Compressed Air $92.60 7A 31 $SZ .._ Worker 0-30 psi 1 'King Laborers `Tunnel Work-Compressed Air I $97.631 7A 31 1 $Q k Worker 30.01-44.00 psi i King Laborers ;Tunnel Work-Compressed Air $101.311 za 31 8Q ;Worker 44.01-54.00 psi [ , 1. 1 King Laborers 1Tunnel Work-Compressed Air =� $107.01 E 7A 31 8Q Worker 54.01-60.00 psi King Laborers ;Tunnel Work-Compressed Air $109.131 7A 31 8Q ;Worker 60.01-64.00 psi Ei_ ,King Laborers 'Tunnel Work-Compressed Air $114.231 7A 31 8Q 'Worker 64.01-68 00 psi 1 i I King (Laborers Tunnel Work-Compressed Air 1 $116.13' 7A `= 31 1 8Q 1 Worker 68.01-70 00 psi 1111 King `Laborers (Tunnel Work-Compressed Air # $118.131 ZA 3 i 8Q 5 1 j;Worker 70.01-72.00 psi 1 I p ;King !laborers 'Tunnel Work-Compressed Air i $120.131 7A 31 8QIII 'Worker 72.01-74.00 psi 1 (King ;Laborers !Tunnel Work-Guage and Lock ` $48 121 ZA i 31 Q. ;Tender 1 tKing !Laborers iTunnel Work-Miner $48.12i 7A � $Q ; =King !Laborers !Vibrator I $47441 7A 31 F' 111!King !Laborers iVmyl Seamer I $46.57, 7A 1 3 „Wv tKing !Laborers :Watchman ___ w,..,m_ _m..$35 88 7A 3( {µ ..r._.... King !Laborers ;Welder ( $47.44] 7A 1 31 t Kin !Laborers Well Point Laborer - King ;Laborers __ _ ;Window Washer/cleaner $35.88= 7A 31 ;King ILaborers - Underground Sewer& 'General Laborer& Topman $46.57! 7A 31 !Wat<er _ _ I King !Laborers - Underground Sewer & ;Pipe Layer $47.44' 7A 1 31 lw_. :Water . __ �_ __. _ _ _ i... . ___.. ..___.. ..__._ I King !Landscape Construction ;Irrigation Or Lawn Sprinkler I $13.561 1 (Installers i ° r; King Landscape Construction (Landscape Equipment Operators 1 $28.171 _ t 1Or Truck Drivers r King Landscape Construction !Landscaping or Planting Laborers $17.871 i 1 1 King ,Lathers ;Journey Level $56 781 5D 1H _ __.. ._. .._. _r...__ _ .w.._._. _... __ 1 King Marble Setters `Journey Level = $55.821 5A 1 1M E r.µ King !Metal Fabrication (In Shop) .. !Fitter w .. ^ : _ $15.86. j 1 gKing Metal Fabrication (In Shop) Laborer $11.501 11 King !Metal Fabrication (In Shop), ;Machine Operator $13.041 1 1 ._. I,King ;Metal Fabrication (in Shop). Painter 1 $11.5011 King !Metal Fabrication (in Shop) IWelder r $15.481 i 1 1 King !Millwright !Journey Level $58.681 SD ' 4C i ^My µ m e !King ;Modular Buildings !Cabinet Assembly 1 $11 56 1 1King ;Modular Buildings !Electrician ; $11.561 1 1 1 g , King Modular Buildings Equipment Maintenance i $11 56 1 !King !Modular Buildings Plumber , $11.561 1 1 J I King Modular Buildings !Production Worker t $11 501 1 f !King !Modular Buildings !Tool Maintenance 1 $11.561 1 !King !Modular Buildings !Utility Person } $11.56 1 King !Modular Buildings !Welder I $11.561 1 1 !King !Painters (Journey Level ; $41.601 5B . .._ w_..___._r_„ !King ;Pile Driver Crew Tender 1 $ I 52.37, 5D King 1Pile Driver !Hyperbaric Worker-Compressed 3 $71.351 5D 4C I 'Air Worker 0-30.00 PSi 1 !King Pile Driver ;Hyperbaric Worker-Compressed $76.35,1 5D 4.0 i ,; • I }Air Worker 30.01 -44.00 PSI I ? ' King Pile Driver ,Hyperbaric Worker- Compressed ( $80.35 5D i (Air Worker44.01 - 54.00 PSI 1 _ ' E. King Pile Driver !Hyperbaric Worker- Compressed ; $85.351 5D 1 4C I . I Air Worker 54.01 - 60.00 PSI ' -: ._. King pile Driver 'Hyperbaric Worker- Compressed i $87.85 SD ' 4C ;Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker- Compressed ' $92.85 5D 4C I Air Worker 64.01 -68.00 PSI 1 King Pile Driver Hyperbaric Worker- Compressed $94.85 8D 4C I Air Worker 68.01 70.00 PSI i King Pile Driver ;Hyperbaric Worker- Compressed ; $96.85= 51) I 4C 1 Air Worker 70.01 72.00 PSI ...L. I King Pile' Driver Hyperbaric Worker- Compressed $98.85, 5D 4c Air Worker 72.01 - 74.00 PSI i.King 'Pile Driver Journey Level $57.431 5D 4C i King Plasterers Journey Level $54 891 1R i King Playground Et Park Equipment ;Journey Level $11.50 1 Installers I King Plumbers l't Pipef ItersJourney Level $81.69 6Z 1 Q ' 1 King 'Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King !Eower,,Eguipment Operators Assistant Engineer $56.9& 7A 3C 2 King `Power Equipment Operators Barrier Machine (zipper) $59.96; 7A 3C 71_8p King Power Equipment Operators ,Batch Plant Operator, Concrete $59 96 7A 1 8C 2 King ;Power Equipment Operators Bobcat $56.90# 7A 8P Ii-K-irig-- Power Equipment Operators Brokk- Remote Demolition $56.90 7A 8P 1 Equipment !King i Power Equipment Operators Brooms $5690; 7A 8C 8P ;Kin Power Equipment 0 erators ;Bump Cutter $59.96 7A 3C 2 King ;Power Equipment Operators Cableways $60.49 7A 3C 8PI King Power Equipment Operators I Chipper $59 96 7A 8P I King Power Equipment Operators Compressor $56.90/7A ____ 8P ;King :Power Equipment Operators Concrete Pump: Truck Mount $60.49= 7A K i 8P g With Boom Attachment Over 42 g ' .............. ...... ....._...,,.. .... _._......... i ... .. _.......... ............. .. .......... M : King Power Equipment Operators 'Concrete Finish Machine -laser $56.90; 7A 3C 8P _ Screed King Power Equipment Operators ;Concrete Pump -Mounted Or $59.49 A 3C 8P Trailer High Pressure Line Pump, !Pump High Pressure King Power Equipment Operators !Concrete Pump: Truck Mount $59.963 7A 3C 8P With Boom Attachment Up To 42m ;King Power Equipment Operators Conveyors $59 49 7A $P King Power Equipment Operators Cranes Friction: 200 tons and $62.33; 7A 3c 8P over . 'King Power Equipment Operators 'Cranes: 20 Tons Through 44 Tons $59.96 7A8P ;With Attachments i t King Power Equipment Operators :Cranes: 100 Tons Through 199 $61.10 7A 8C 8P 1 Tons, Or 150 Of Boom (Including i e Jib With Attachments) King Power Equipment Operators ,Cranes: 200 tons- 299 tons, or $61.72 A 3C i 8P Ii ?250' of boom including jib with j [ attachments King 'Power Equipment Operators Cranes: 300 tons and over or $62.33! A 3C 2 l I I 300' of boom including jib with attachments King =Power Equiipment Operators !Cranes: 45 Tons Through 99 $60.491 T 1 3C 8P ;Tons, Under 150'Of Boom s £(including Jib With Attachments) ; 1 I Kin !Power Equipment Operators !Cranes: A-frame 10 Tons And $56.901 a 3C 8P I _ -Under ! ' King ;Power Equiipment Operators ;Cranes: Friction cranes through $61.72! 7A 1 3C 8P g I199 tons .._....__. ,- .__ __ �_ ___.. —1. )King !Power Equipment Operators ?Cranes: Through 19 Tons With $59.49 a 1 3C 8P ;Attachments A-frame Over 10 i 1 1 r r -____. ..Tons _._..._.__.... ..___ ._._. . ,_ .._ . ._ }._. =King !Power Equipment Operators !Crusher $59.96! 7A ? 3C 8P King ;power Equipment Operators !Deck Engineer/deck Winches $59.96, 7A._ IK_w.. 8P E i ! '(power) t King I Power Equipment Operators !Derricks, On Building Work ; $60.49 7A 1 3C j. $P king ;Power Equipment Operators Dozers D-9& Under $59.49 7A ; BI King ,Power Equipment Operators !Drill Oilers: Auger Type, Truck $59.49 JA 3C ? 8P Or Crane Mount 1 king !Power Equi m n perators !Drilling Machine ! $61 10, 8A 3C 8P ... i King !Power Equipment Operators Elevator And Man-lift: t $56.901 7A 1 3C 8P Permanent And Shaft Type j I 1 King iP w r iiii ! pment Operators !Finishing Machine, Bidwell And I $59.961 ZA 2 K 1 21 Gamaco a Similar Equipment King ;Power Equipment Operators !Forklift: 3000 Lbs And Over With $59.491 7A 1 3C 8P i 1Attachments 1 J I 'Power Equi mmen`perators ;Forklifts: Under 3000 Lbs. With $56.90 7A ; IC $E ;Attachments 1 i___ _ __. _.. _ ____ _ _ _ f___.______ ii Kin ,Power Equipment 0 Operators ;Grade Engineer: Usin Blue $59.96= 7A 3C 8P 1 gP Prints, Cut Sheets, Etc 1 'King !Power Equipment Operators 1Gradechecker/stakeman $56.901 7a 3C „m^m1 8P r 'King ;Power Equipment Operators ;Guardrail Punch $59.96, 7A 3C ! 8P i• qt,� eri King ;Power Emt Operators !Hard Tail End Dump Articulating ! $60.491 ZA K I $E i !Off- Road Equipment 45 Yards. a 1 1 `Over I qw ........ m .. _. King ;Power Equipment Operators !Hard Tail End Dump Articulating ! $59.961 7A s ic ; 8P g ; !Off-road Equipment Under 45 1 !! Yards j IKing :Power Equipment Operators ;Horizontal/directional Drill 559.491 7A 1 3C 8P I Locator King Power Equipment Operators Horizontal/directional Drill $59.961 7A 1 K 8P Operator 1 � ,Power Equipment Operators Hydralifts/boom Trucks � � ?King ks Over 10 . $59.49` 7A t 3C 1 8P _ Tons _. _ king ;Power Equipment Operators Hydralifts/boom Trucks, 10 Tons ; $56.90; I ! 8P ~ r.__ _._._._ ...... _...._._ ;And Under._ .___. ....... __..: ._.._ _....._ ... IlKing Power Equipment Operators }Loader, Overhead 8 Yards. a , $61.10 7A ? 3C 1 8P i a & iOver 1 King Power Equimerit perators i Loader, Overhead, 6 Yards. But $60.491 7A I ic, I 8P 'Not Including 8 Yards _ + i .mom, ..i.___.__ �a__ Power Equipment ment O er , _ _. ._ II !King qup p ators Loaders Overhead Under 6 Yards $59.96' 7A 3C 8P )King m^m^M'Power Equipment Operators m !Loaders, Plant Feed ; $594.961 V 7A I 8P I King Power Equipment Operators 'Loaders Elevating Type Belt 1 $59.491 7A 3C i 8P i King Power Equipment Operators Locomotives, All 1 $59.96 7A lc 8P King Power Equipment Operators ;Material Transfer Device $59.961 7A 3C 1 8P ( IKing 'Power Equipment,Operators Mechanics, All (leadmen - $0.50 $61.10 7A 3C 8Q Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.491 7Aic l" 8P King Power1Equipment Operators Mucking Machine, Mole, Tunnel $60.491 7A 8P Drill, Boring, Road Header _ __ _ !And/or Shield _ 1 _ 1 King Power Equipment Operators Oii Distributors, Btower Ft ' $56.901 7A _ I 3C 8P Distribution Mulch Seeding F ... _ . �_.. i Operator _ $59.4 _ _7A1 -King Power Equipment Operators Outside Hoists (elevators And 3C 2 Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: 20; $59.96 ZA ! X ? 8P , Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $61.101 7A 8P And Over KingIPower Equipment Operators Overhead, Bridge Type: 45 Tons $60.49 7A I 8P ,_ _._.__.__.__ _ _ _ _._ 'Through 99 Tons _.w, _�.,_-_ _ 1 __ _ King ,Power Equipment Operators Pavement Breaker $56.901 7A ICI8P F l . King Power Equipment Operators Pile Driver(other Than Crane _ $59.96; 7A 8P Mount) l._... ._.____. z !King Power Equipment Operators 1Plant Oiler- Asphalt, Crusher l $59.49 7A 3._C 8P I King Power Equipment Operators Digger, Mechanical $56.90; 7A 8P King Power Equipment Operators Power Plant $56.901 7A 3C 1 8P i i !King Power Equpment Operators Pumps 7 Water $56.90! 7A X 8P I t,King Power Equipment Operators Quad 9, Hd 41, D10 And Over $60.491 7A 3C lc 8P 'King Power Equipment Operators 1Quick Tower- No Cab, Under 100 $56.90 7A � i 'Feet In Height Based To Boom a :KingPower Equipment 0 Operators Remote Controh0 Operator - P p $60.49 7A 3C 8P !Rubber Tired Earth Moving :Equipment i KingPower Equipment Operators •Rigger And Bellman $56.90 IA ? 8P King Power Equipment Operators Rigger/Signal Person, Beltman $59.491 7A 1 8P (Certified) i _.. _.. ,.__._._ j..__. __. ....,o r King Power Equipment Operators Rollagon $60.491 7A 1 8P _(1---ii, _ _ Kling Power Equipment Operators aRoller, Other Than Plant Mix $56.901 IA ac 8P y. King Power Equipment Operators !Roller, Plant Mix Or Multi-lift $59.49t ZA iC, ( $P ;:Materials I I King Power Equipment Operators Roto-mill, Roto gander $59.961 ZA K 8P t King Power Equipment Operators ;Saws-Concrete $59.491 7A I $P . ....................... King Power Eqpmnt Operators Scraper, Self Propelled Under 45 ; $59.961! 59.96 7A 8P ;Yards ... ...._M .._ w,M._'___m..... . . __1..::,_ . King ;Power Equipment Operators pers- Concrete ft Car All $59.49E 7A IC 8P, King Power Equipment Operators !Scrapers, Self-propelled. 45 $60.49 —7A-- 8P 'Yards And Over I .King 'Power Equipment Operators !Service Engineers Equipment $59.49t 7A m 8C BE King Power Equipment Operators ,Shotcrete/gunite Equipment $56.90 7A 3C 8P !King Power Equipment Operators `Shovel , Excavator, Backhoe, $59.491 7A , 3C 8P I I I 1Tractors Under 15 Metric Tons. 1 1 !King 1Power Equipment Operators ;Shovel, Excavator, Backhoe: $60.491 ZA 8C I 8P , 1 i I ;Over 30 Metric Tons To 50 Metric 1 ' ;Tons ..__._. ...__....__ ._. .._ iKing )Power Equipment Operators ;Shovel, Excavator, Backhoes, I $59.96; 7A 1 3C 8P I }Tractors: 15 To 30 Metric Tons 1 iKing !power Equipment Operators !Shovel, Excavator, Backhoes: I $61.101 7A C £ i P !Over 50 Metric Tons To 90 Metric! 1 1 ;Tons ] .,... ._ „y ...... .. ..... ........_. IKing !Power Equipment Operators ;Shovel, Excavator, Backhoes: ! $61.721 ZA K I 8P i 1 !Over 90 Metric Tons 1i IKing ;Power Equipment Operators IShpform Pavers ! $60.491 7A I X i 8P iKing !Power Equipment Operators ;Spreader, Topsider Et Screedman I $60.491 7A C, 1 8P ' King !Power Equipment Operators 1Subgrader Trimmer I $59.961 7A 1 ' 8P � I !King 1Power Equipment Operators 'Tower Bucket Elevators 1 $59.49 7A 3 ; King !Power Equipment Operators ,Tower Crane Up To 175' In i $61.10) 7A IC, ` 8P fi 111 _ !Height Base To Boom 1 �ng _ Power Equipment Operators Tower Crane: over 175' through I $ _. .-. M � ���� � �� � � ? 61.72! 7A ; � $� i i u 1250' in height, base to boom 1 1 !King Power Equipment Operators !Tower Cranes: over 250' in $62.333 7A !height from base to boom ! [ !King !Power Equi men Operators ;Transporters, All Track Or Truck . $60.49; Z' X1 8P !Type.. ! F-----i-__ .. �_. _,�.. . _... ;King ;Power Equipment Operators ;Trenching Machines ! $59.491 7A 1 g ! 8P King Power Equdpment 0 ra r ;Truck Crane Oiler/driver- 100 $59.96' ZA 1 XC $P _ !Tons And Over 1 r !King !Power Equipment Operators Truck Crane Oiler/driver Under 1 $59.49) 7A 1 8 1 _ { 1 9100 Tons i ! s 1 King ;Power Equipment Operators ;Truck Mount Portable Conveyor 1 $59.96 Z 1 X I 2 r King !Power Equipment Operators 'Welder ! $60.491 Z 1 X 1 8P King !Power Equipment Operators Wheel Tractors, Farmall Type , $56.90J tt :.Z 1 X 1 Bp i EKing Power Equipment Operators 1Yo Yo Pay Dozer $59.96, Z ! 8 s III -1.--- [King Power Equipment Operators- Asphalt Plant Operators 1 $60.491 Z 1 8C 1 $P E Underground Sewer Et Water 1 ! I: iKing Power Equipment Operators- !Assistant Engineer 1 $56.901 ZA I 8C 1 8P r i ',Underground Sewer&Water _ I #King !Power Equipment Operators- iBarrier Machine (zipper) 1 $59.961 Z ,8C I 8P !Underground Sewer&t Water , 1 1 I King 1 Power Equipment Operators- Batch Plant Operator, Concrete 1 $59.961 7A X , Underground Sewer Et Water 1 s iKing ;Power Equipment Operators- ;Bobcat 1 $56.901 ZA 1 3C 1 8P 'Underground Sewer&Water ! ° I.King =Power Equipment Operators- .Brokk- Remote Demolition $56.901 7A ! 3C1 8P i !Underground Sewer Et Water 'EquipmentII !,King !Power Equipment Operators- !Brooms 1 $56.90` 7A 1 II $e wT ;Underground Sewer&Water j 1 1 !King Power Equipment Operators- !Bump Cutter I $59.961 7A Underground Sewer Et Water 1 ......P !!!King !Power Equipment Operators- !Cableways $60.491 7A , I rUnderground Sewer&Water _ _ __ _a_ 1 „,. ;King ;Power Equipment Operators- :Chipper ___._ $59.961 ! ZA 3C $e i 1 I I I ry Underground Sewer£t Water ! ;King Power Equipment Operators- Compressor $56.90 7A j 8P i Underground Sewer Et Water I King 'Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 8P Underground Sewer&Water ;With Boom Attachment Over 42 ' M King Power Equipment Operators- Concrete Finish Machine-laser $56.90] 3C 8P Underground Sewer Et Water Screed _ !King Power Equipment Operators- ;Concrete Pump -Mounted Or $59.49 7A 1C 8P Underground Sewer a Water ;Trailer High Pressure Line Pump, 'Pump High Pressure. King Power Equipment Operators- 'Concrete Pump: Truck Mount $59.96 7A aX 8P Underground Sewer&Water With Boom Attachment Up To I 42m King Power Equipment Operators- Conveyors $59.49 ZA lc 2 Underground Sewer&Water ; L I King Power Equipment Operators- !Cranes Friction: 200 tons and $62.331 7A 8C 8P Underground Sewer Water ;over King Power Equipment Operators- :Cranes: 20 Tons Through 44 Tons $59.961 7A 3C r 8P I Underground Sewer E Water With Attachments t �j _ i King Power Equipment Operators- With 100 Tons Through 199 $61.10 7A 8P Underground Sewer&Water :Tons, Or 150' Of Boom (Including j 1 6 Jib With Attachments) King. . Power Equjpment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 14 Underground Sewer Et Water 1250' of boom including jib with attachments King Power; Equipment Operators- il Cranes: 300 tons and over or 3 $62.33` 7A C 8P ;Underground Sewer Et Water aL ;300' of boom including jib with ;attachments _ _ _ I —rn King Power Eqipment Operators- Cranes: 45 Tons Through 99 $60.49; 7A 8P 1 ;Underground Sewer&Water Tons, Under 150'Of Boom [ I (including Jib With Attachments) I . .King Power Equipment Operators-. 'Cranes: A-frame - 10 Tons And $56.90, 7A 3C 8P Underground Sewer &Water Under King Power Equipment Operators- Cranes: Friction cranes through $61.72 7A 3C 8P i I Underground Sewer &Water 199 tans Power Equipment Operators- 'Cranes: Through 19 Tons With , 7A 3C SP , Underground Sewer&Water ;Attachments A-frame 10 S Tons zKin Pow r E ui ment Operators- Crusher $59.96 7A 3C 8P k King � q_P P :. :Underground Sewer Et Water i I King Power Equipment Operators- : Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer &Water (Power) i � .....__ King :Power Equipment Operators- Derricks, On Building Work $60.49 7A ; X 8P 'Underground Sewer &Water King Power Equipment Operators- ;Dozers D-9 & Under $59.49 7A IC 8P x Underground Sewer Et Water 1 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.491 7A 3C I 8P l Underground Sewer Et Water Or Crane Mount i 1 King `:Power Equipment Operators- !Drilling Machine ! $61.101 7A X 2 ;Underground Sewer &Water i King ;Power Equipment Operators- Elevator And Man-lift: $56.90 7A ! C_ 8P Underground Sewer&Water Permanent And Shaft Type 1 . x I King !Power Equipment Operators- !Finishing Machine, Bidwell And $59.96! 7A 3C 8P (Underground Sewer Et Water 1Gamaco Et Similar Equipment 1 ( jr I !King (Poweryipment Operators- Forklift: 3000 Lbs And Over With $59.491 ZA X 8Q 'Underground Sewer a Water Attachments ' I King ;Power Equipment Operators- ;Forklifts: Under 3000 Lbs. With $56.90`1 7A 3C 8P .' 1 IUnderground Sewer a Water (Attachments King !Power Equipment Operators- (Grade Engineer: Using Blue $59.96 7A X 8p Underground Sewer a Water 1Prints, Cut Sheets, Etc ! King (Power Equipment Operators- 1Gradechecker/stakeman $56.90 i a X 8P i ',Underground Sewer&Water 1 (King ;Power Equipment Operators- ;Guardrail Punch $59.96' 7A 3C 8P 1 1 !Underground Sewer a Water 1 @ hKing 'Power Equipment Operators- Hard Tail End Dump Articulating $60.491 a 3C i Underground Sewer a Water Off- Road Equipment 45 Yards. aI !Over ;_.:.:. ._,..__ ........... .. 3__.__.__..__.________._ .w..... f King (Power Equipment Operators- Hard Tail End Dump Articulating $59.96 7A 3C 8P ;Underground Sewer a Water 1Off-road Equipment Under 45 1 Yards !King 'Power Equipm.ne_Operators- Horizontal/directional Drill $59.491 7A x 2 ;Underground Sewer &Water Locator I fK g 'Power Equipment Operators- :Horizontal/directional Drill $59.961 7A ? 3C 8P Underground Sewer &Water Operator I .. . .._....__ !King 'Power Equipment Operators- I Hydralifts/boom Trucks Over 10 $59.49( 7A 3C 8P ii (Underground Sewer a Water !Tons • ..._. _.._,_...__.r aKing (Power Equipment Operators- €Hydralifts/boom Trucks, 10 Tons $56.90333` 7A 3C 8P 1 !Underground Sewer&Water 'And Under I l I King (Power Equipment Operators- !Loader, Overhead 8 Yards. a 7A$61.10£ X 8P ' ;Underground Sewer&Water (Over i .. . ... ! .... ..... ' King 'Power Equipment Operators ZA 3C 8P 'Loader, Overhead, 6 Yards. But $60 49 ;Underground Sewer a Water 'Not Including 8 Yards _ ' _ _ !King !Power Equipment Operators- 'Loaders, Overhead Under 6 Yards $59.961 7A ! 3C t AE , ;Underground Sewer a Water 1 1 ;King !Power Equi m n Operators- 'Loaders, Plant Feed $59.961 7A 1 X 8P 111 i !Underground Sewer&W ter_ ; 1 !King ;Power Equipment Operators- (Loaders: Elevating Type Belt $59.49; 7A ' 3C 8P !Underground Sewer a Water I !King ;amreLLquipment Operators- 'Locomotives, All $59.961 ZA 3C 8P 1 _ ?Underground Sewer a Water _-�_.. _._._ ,._._ _ ..,. 'King ;Power Equipment Operators- !Material Transfer Device $59.961 a X. 8P jUnderground Sewer Et Water d ,`King 'Power Equipment Operators- ':Mechanics, All (leadmen - $0.50 $61.101 7A i X 8P (Underground Sewer a Water ;Per Hour Over Mechanic) ' ; I King ;Power Equipment Operators- !Motor Patrol Graders $60A91 7A X ' 8P 1I 1 !Underground Sewer a Water King !Power Equipment Operators- ;Mucking Machine, Mole, Tunnel $60.4917A X ' 8P ;Underground Sewer a Water ;Drill, Boring, Road Header ' ! ;And/or Shield 1 !King Power Equipment Operators- 'Oil Distributors, Blower ' $56.90' a i X 8P !Underground Sewer a Water (Distribution&Mulch Seeding 1 !Operator King ;Power Equipment Operators- ;Outside Hoists (elevators And I $59.49' 7A g. f 8P 1 ;Underground Sewer&Water 'Manlifts), Air Tuggers,strato King '!Power Equipment Operators- !Overhead, Bridge Type Crane: 20= $59.96; C ! B1 I W_IUnderground Sewer ft Water ;Tons Through 44 Tons € k King ow m ui nt Aerators- IOverhead, Bridge Type: 100 Tons $61.101 7A $P !Underground Sewer Et Water 'And Over I i King ;Power Equipment Operators- Overhead, Bridge Type: 45 Tons $60.49 7A K 8P i Underground Sewer Et Water Through 99 Tons King 'Power Equipment Operators- 1Pavement Breaker $56.90` 7A 8C 8P IUndergroundSewerft Water King =Power Equipment Operators- ;Pile Driver(other Than Crane , $59.961 7A 3C8P I ;Underground Sewer Et Water 'Mount) { 1 King Power Equipment Operators- ;Plant Oiler- Asphalt, Crusher $59.49 7A 1C 8P I Underground Sewer Et Water !King !Power Equipment Operators- 1Posthole Digger, Mechanical $56.90 7A 8P Underground Sewer Et Water _.___... ._.__._.._ ..____..m_____ . King (Power Equipment Operators- (Power Plant . $56.901 7A 3C 8P ; Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $56.90 i Underground Sewer 8t Water King .Power Equipment Operators- 'Quad 9, Hd 41, D10 And Over $60.49i 7A 3C 8P i Underground Sewer Et Water I 1 King Power Equipment Operators- Quick Tower- No Cab, Under 100 $56.901 7A ; 3C ¢ 8P 1 Underground Sewer Et Water Feet In Height Based To Boom !King {Power Equipment Operators- Remote Control Operator On $60.49 7A [ BE l ;Underground Sewer It Water ;Rubber Tired Earth Moving i Equipment £ King Power'.Egjpment Operators- 'Rigger And Bellman $56.901 7A 3C ( 8P Underground Sewer Et Water I King 'Power Equipment Operators- `Rigger/Signal Person, Beltman $59.49 7A $P_ i ;Underground Sewer£t Water ,(Certified) I I King Power Equipment Operators- I Rollagon $60.491 7A 8P Underground Sewer Et Water King ;Power Equipment Operators- 1Roller, Other Than Plant Mix $56.90` 7A 3C 8P ;Underground Sewer&t Water I King Power Equipment Operators- ,Roller, Plant Mix Or Multi-lift $59.491 A 3C 8P i !Underground Sewer Et Water ;Materials € r I ;King 'Power Equipment (Roto mill, Roto- Operators- gander $59 96 7A # 8P Underground Sewer Et Water 1 I i King 1Power Equipment Operators- 'Saws- Concrete $59.491 7A K 8P 5 Underground Sewer Ft Water i } mt King Power Equipment Operators- ;Scraper, Self Propelled Under 45 ; $59.961...._.7A._....M 3C 8P 1 ;Underground Sewer£x Water =Yards _ _ _ ` _ ' E King "Power Equipment Operators- Scrapers - Concrete Et Carry All $59.491_ 7A _K 8P i I Underground Sewer&Water 1 , EKing .Power Equipment Operators- (Scrapers, Self-propelled: 45 $60.49; 7A 3C 8P i Underground Sewer Et Water iYards And Over i ' King 1Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P ;Underground Sewer Et Water I i King Power Equipment Operators- ?Shotcrete/gunite Equipment $56.90; 7A 3C 1 8P I =Underground Sewer ft Water 1j `King ?Power Equipment Operators- ;Shovel , Excavator, Backhoe, $59.491 7A lc $P_ 1 Underground Sewer Et Water !Tractors Under 15 Metric Tons. I i King "Power Equipment Operators- Shovel, Excavator, Backhoe: ` $60.49€ 7A 3 3C 8P i 'Underground Sewer It Water :Over 30 Metric Tons To 50 Metric 1 I ij <Tons i ! ! i €King Power Equuipment Operators- Shovel, Excavator, Backhoes, ! $59.96 7A ! lc 1 $e F III ! 'Underground Sewer&Water lTractors:.15 To 30 Metric Tons ! i i t ;King ;Power Equipment Operators- Shovel, Excavator, Backhoes: _ $61.101 7A l 8P !Underground Sewer&Water Over 50 Metric Tons To 90 Metric? 1 }Tons !King Power Equipment Operators- !Shovel, Excavator, Backhoes: $61.721 7A ; 8P p ! !Underground Sewer&Water ;Over 90 Metric Tons i _ ...,.�_w .... .; , _ ._ ��. �. _.._____. __, _� _ _ __ ___r_ �. 5 King }Power Equipment Operators- 1Slipform Pavers $60.49 7A ; 3C $e l !Underground Sewer&t Water King ,Power Equipment Operators- Spreader, Topsider&Screedman , $60.491 7A 3C ; 8P , Underground Sewer&Water ! , king Power Equipment Operators- 1Subgrader Trimmer $59.961 7A 3C 8P K !Underground Sewer&Water .,.._.._. ....:..:...:. ' .... ..:....-..,;_µ._....__...�...._...._._i._. ... Ilking Power Equipment Operators- =Tower Bucket Elevators $59.49 7A l 8P ;Under round Sewer&Water king iPower Equipment Operators- Tower Crane Up To 175' In I $61.10 7A 1 SC 2I !Underground Sewer&Water Height Base To Boom 1 King !Power Equipment Operators- !Tower Crane: over 175' through $61.72 7A 3C 8P k ;Underground Sewer&Water 1250' in height, base to boom i I King IPower Eq pment Operators- ;Tower Cranes: over 250' in i $62.33 7A 8C SP , !Underground Sewer&Water !height from base to boom ! King `Power Equipment Operators- ;Transporters, All Track Or Truck $60.491 a 3C 8P111 Underground Sewer Et Water Type ;King 1Power Equipment Operators- ,Trenching Machines $59.491 7A 3..0 2 111 i =Underground Sewer&Water ; I King Power Equipment Operators- ;Truck Crane Oiler/driver- 100 '_, $59.96! 7A ( K $P Underground Sewer&Water ,Tons And Over 1 ?King 1Power Equipment Operators- 'Truck Crane Oiler/driver Under ! $59.491 7A 3C 8P I Underground Sewer&Water 1100 Tons i I !King ;Power Equipment Operators- ;Truck Mount Portable Conveyor ., $59.96 7A ; 3C 8P Underground Sewer&Water I E King Power Equipment Operators- i Welder ' $60.49 7A 3C ! 8P 4 ;Underground Sewer&Water 1 i king Power Eguipment Operators- Wheel Tractors, Farman Type $56.90' 7A 3C 8P i I _._;Underground Sewer Et Water { King :Power Equipment Operators- JYo Yo Pay Dozer ! $59.96' 7A 3C 8P k t ;Underground Sewer Et Water King Power Line Clearance Tree 'Journey Level In Charge j $50.02£ A , 4A ...,..M. ._: .g ! f II o _.._.. ...,.___...w .,µ_.'Trimmers __ .._ _., King 1Power Line Clearance Tree !Spray Person $47.431 5A 4A ;Trimmers i 1 King ;power Line Clearance Tree !Tree Equipment Operator ; $50.021 5 4A �_.._ . �.... `Trimmersi..�� _ �.�...�.�.;..�...�._ �. .�...___..,_.._€�..._._..�.._ r. !King 'Power Line Clearance Tree !Tree Trimmer $44.641 M 4A !Trimmers ! [King !Power Line Clearance Tree ;Tree Trimmer Groundperson $33.67; 5A 4At ;Trimmers . .. ........ !King 'Refrigeration &Air Conditioning ;Journey Level $77.861 g 1a ? Mechanics I _ _ King ;Residential Brick Mason Journey Level } $55.821�mm5A 1M tIII !King Residential Care r !Journey Level 1 $28.201 1 I ' f King Residential Cement Masons !Journey Level t $22.64 1 King ;Residential Drywall Applicators iJourney Level $42.86 1 4C_ I King 'Residential Drywall Tapers Journey Level $57.43 • 5P . E I King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05; 7L 1H King Residential Insulation Applicators Journey Level $26.281 1 IKing Residential Laborers Journey Level $23.03 1mmm `King Residential Marble Setters Journey Level $24.09! 1 King Residential Painters._,_, 1JourneyLevel mµ$24.46 ..__.__ 1 •r !King :Residential Plumbers Et Journey Level $34.6911 ;1 I 1 Pipefitters _ _ ! King Residential Refrigeration Et Air =Journey Level _ $77.86£ Az , 1G ' ,Conditioning Mechanics I King Residential Sheet Metal Workers Journey Level (Field or Shop) $44 56t 7F t 1R I King King Residential Soft Floor Layers Journey Level ... ... $47 61 # 3J Residential Sprinkler Fitters (Fire Journey Level $46.581 5C 2R 1 Protection) I ;King 'Residential Stone Masons =Journey Level $55.82 5A ! 1M ! King Residential Terrazzo Workers Journey Level $51.361 5A 1M King ;Residential Terrazzo/Tile Journey Level $21.46; 1 ; x Finishers ;Residential Tile Setters 'Journey _., ........_.. ... 1 ;King y Level $20.00 i 1 King ;Roofers 1Journey Level $51.021 5A1 I I King Roofers Using Irritable Bituminous $54.02 5A 3H Materials __ _ _ King ;Sheet Metal Workers _._ 'Journey Level (Field or Shop) ? $78.171 7F 1E . King ;Shipbuilding Et Ship Repair Boilermaker $43.311 7M 1H I k King ;Shipbuilding Et Ship Repair Carpenter $41 06 7T 2R 1 King Shipbuilding Et Ship Repair Electrician . $42 071 7T 1 4B hiping pair buildEt Ship Re ;Heat Et Frost Insulator $67 931 5J I King ,$ 4H King Shipbuilding Et Ship Repair laborer $41 991 7T ._...µ , I King `Shi buildin Et Ship Repair $42 00 7T 46 t King shipbuilding (t Ship�R pair Operator $41.95 i 7T 1 4B King s Shipbuilding Et Ship Repair Painter , $42.001 7T 4B I f. I .King shipbuilding Et Ship Repair Pipefitter $41.9617T 4B King Shipbuilding Et Ship Repair Rigger $42 05; 7T = 46 King ipbuilding Et Ship Repair Sheet Metal $41.98!_ 7T 4R I 7 King Shipbuilding it Ship Repairr Shipfitter $422.05 7T 46 „King 1Shipbuilding Et Ship Repair 'Trucker $41.91; 7T 4B I 'King Shipbuilding ft Ship Repair Warehouse $41 94# 7T 46 King Shpbuilding Et Ship Repair Welder/Burner $42 05 7T [ King Sign Makers Et Installers ;Sign Installer $22.92 1 1 1 !,(Electrical) 1 1 King ;Sign Makers Et installers Sign Maker $21.361 a 1 (Electrical) _____.._._.__ ___ .__ `'I King Sign Makers Et Installers (Non- Sign installer $27.28! 1 Electrical), i_,,_ _.. _,__....m..m...,. _._ ;King ESIgn Makers Et Installers (Non- ;Sign Maker $33.25 1 I f Electrical). , [King ,Soft Floor Layers !Journey Level 1 $47.611 5A 7 u j King !Solar Controls For Windows !Journey Level ! $12441 I 1 s King !$prinkler Fitters (Fire Protection), !Journey Level ; $75.64 1;X 1I !King lSt�ge Rigging Mechanics (Non Journey Level ; $13.231 1 i I __ ;Structural) , [King !Stone Masons .Journey Level $55.82, 5A 7MI King Street And Parking Lot Sweeper !Journey Level 1 $19.091 1 / Workers !King Surveys !Assistant Construction Site I $59.49 ZA X !Surveyor 1 =King ,Surveyors 1Chainman 1 $58.931 7A X 8P _ v.King !Surveyors ,Construction Site Surveyor 1 $60.491 ZA i X $P_ JKing I'Telecommunication Technicians :Journey Level $22 76 ! 1M ;King !Telephone Line Construction - :'Cable Splicer 3 $40.52' A j ZA ..._._. Outside. .._ _.._. _.. .._ ..... .. _ King ;Telephone Line Construction - ;Hole Digger/Ground Person • $22.78 5A ! 26 ;Outside _.. ,_,.. ...._.,.,__._. __._ - . [King (Telephone Line Construction - !installer (Repairer) I $38.87 5 i 26 I ;Outside I I King !Telephone Line Construction - ;Special Aparatus Installer I ; $40.52! 5A ! 2B 1 i I __ __-___Outside___,__,,.___... ...___. .,.. __ t,_.._ a 'King ;Telephone Line Construction - !Special Apparatus Installer II $39.73= 5 ! 28 !Outside +s !King !Telephone Line Construction - !Telephone Equipment Operator i $40.521 5A 2B t I !Outs... (Heavy) i._. ,_ i_... 1- i King 'Telephone Line Construction - [Telephone Equipment Operator $37.74' SA 28 ;Outside i(Light) i. [Kin Tele hone Line Construction - !Telephone Lineperson g /,____÷.____„ P P $37.741 5A ; ZB i .._ # ...... !Outside l [King ;Telephone Line Construction - Television Groundperson $21.60; 5A i a E S � 1!Outside ! s King 'Telephone Line Construction - ;Television Lmeperson/Installer $28.68! 5A ! 2� !Outside 'mi_ I [King !Telephone Line Construction - !Television System Technician $34.101 5A 2B t !Outside I 1 3 ;King Telephone Line Construction - ;Television Technician $30.691 k 21m ._ I [ ' 1 1 Outside . ._ King !Telephone Line Construction - !Tree Trimmer $37.74 5A 2B t i. Outside !King !Terrazzo Workers ;Journey Level ^ $51.36 5 1m [King !Tile Setters SJourney Level $51.36 5A _. 1M .___.w : !King 'Tile Marble&Terrazzo Finishers #Finisher • r 111,, _w_ $42.19 _5A 8 [King Traffic Control Stripers 'Journey Level $45.43 7A ; 1K AWA-Joint Council 28) _��� �.��������—�__� . _..___ �... _.._.____..� King ;Truck Drivers ;Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8�, Z - l [King ;Truck Drivers ;Asphalt Mix To 16 Yards (W. WA- $51.861 5D I 3A1 8L 1. !Joint Council 28) j` S King 'Truck Drivers Dump Truck&Trailer $52.70; 52 1 8A 1 8L ! I King Truck Drivers i Dump Truck (W. WA-Joint $51.86, 5D 1 la l 8L I _ _ .. I ,Council 28) King Truck Drivers Other Trucks (W. WA-Joint_..__. $52.706 IA , 8L Council 28) ! I Kthg_„ Truck Drivers Transit; Mixer ... _ $43.23; 1 m^w King :Well Drillers Et Irrigation Pump ion;IrrigatPump Installer $17.711 ; 1 Installers f l I :King ;Well Drillers& Irrigation Pump Oiler 1 $12.971 1_ Installers King ;Well Drillers & Irrigation Pump ;Well Driller _.__.._` $18 00, _ I SInstallers 3 x I I I I 1 I I I I I I I . IBenefit Code Key—Effective 3/3/2018 thru 8/30/2018 I • Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate I 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 IPAID 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 ISundays 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 I rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. I 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. IF. 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 Irate 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 I (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 I 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. II. 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 I 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 I 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 I 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. I I All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 1 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 fust two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day,shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays(except Labor Day)shall be paid at two times the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day)shall be paid at one and one-half times the hourly rate of wage.All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve(12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm(or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 1 1 I IBenefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued I2. 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. I 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 Iholidays 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. IG. 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. IH. 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. IO. 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. IU. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked s Sundabe double the hourly rate wage. I W. Theover first12 twohour(2)in a hoursday or afteron eight(8)ys and regularholidays hours Mondayshallpaid throuatgh Friday and the first eightof (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. I 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. IA. 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 I 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 I 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. IC. 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 I 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. I 3 • Benefit Code Key—Effective 3/3/2018 thru 8/30/20181 Overtime Codes Continued 3. 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a 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. 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 (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and through Friday,the first two gh 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. 1 1 1 4 1 1 IBenefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes Continued I4. 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 I include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines,switching stations,regulating,capacitor stations,generating I 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 I 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 I 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. I 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. IOn 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(1'/2)times the regular shift rate for the first I 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. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium IF. 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. I 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. I 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. 1 Holiday Codes I5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). I 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). ' 1 5 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 ' 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, I 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 3/3/2018 thru 8/30/2018 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 Uholiday. 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 1 I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 I Holiday Codes Continued 7. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Il 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 1 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. I I 8 1 I 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 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. 1 Note Codes I 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. 1 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 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 I 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, 1 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'. W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates would apply to meters not fitting this description. 1 1 I I I I I 1 10 1 I IAPPENDIX C IPERMIT AND AGENCY APPROVALS I I 1 I I I I I I I I City of Federal Way RFB#18-003 West Hylebos Creek South 373rd Street Gravel Removal Project 2018 RFB ver.4-17 I I III CITY OF CITY HALL 33325 8th Avenue South Federal Way` Federal WayI (253)835-7000 www.c/tyoffederalway..com Jim Ferrell, Mayor IMr. Pei.Tang April 7,2017 City of Federal Way 33325 8th Avenue South Federal Way,WA 98003 Re: File#17-101394-00-AD;CRITICAL AREAS EXEMPTION APPROVAL ISouth 373rd Street Hylebos Creek Bridge Gravel Removal;300 Block of South 373rd Street Dear Mr.Tang: I The City of Federal Way has completed review of your request to remove approximately 86 cubic yards of gravel from a small branch of the.West Hylebos Creek.The purpose of the project is to restore the stream flow,protect I the existing bridge,and allow inspection and potential maintenance of the bridge.Similar gravel removal projects were conducted by the Public Works Department in 1995,1997, 2002,and 2008.This type of activity has been previously approved at this location;most recently under city file 08-103063-AD. I The city updated the Critical Ares Code in June 2015,and the code section that dealt with this type of work no longer exists(Federal Pray Revised Code[F�WVRC] 19.165.060"Rehabilitation").However, the same code update also added a section that addresses maintenance activity.Pursuant to FWRC 19.145.110,"Exemptions,"the following activities are exempt from the provisions of Chapter 19,145,"Environmentally Critical Areas": "(2)Operation,maintenance,or repair of existing public improvements,utilities,public or private roads,parks,trails,or drainage systems if the activity does not further alter or increase impact to,or 1 III encroach further within,the critical area or buffer and there is no increased risk to life or property as a result of the proposed operation,maintenance,or repair,and no new clearing of native vegetation beyond routine pruning." I The requested maintenance is necessary in order to restore the stream flow,protect the existing bridge,and allow inspection and potential maintenance of the bridge.Environmental review pursuant to the State Environmental Policy Act(SEPA) has been completed previously(city file SEP95-0013).That environmental threshold I determination has subsequently been relied on over the years for the same activity.Staff concurs that use of the existing environmental document is appropriate for the current maintenance activity request.Therefore,no new SEPA threshold determination is required (WAC 197-11-600[2][3]&[4][a]). I CONCLUSION The requested activity qualifies for a Critical Areas Exemption and is hereby approved.This approval does not exempt the project from other local,state,and federal permit requirements.A Hydraulic Project Approval(HPA) is required from the Washington State Department of Fish&Wildlife(WDFW). If you have any questions I regarding this communication,please call Senior Planner Stacey Welsh at 253-835-2634. Sincerely& 4,-, • I Brian Davis Community Development Director I c: Stacey Welsh,Senior Planner File t7-101394-00-AD Dor.1.0.75643 I ROW - Public City ofFederal way - Job Start: Permit #:18-100592-00-AR Caronunity Development Dept. Contact: 33325 8th Ave S (or called by) Federal Way,WA 98003 Ph;(253)835-2700 Fax:(253)835-2709 Fti: Call Job Start#: (253) 835-2725 Project Name: West Hylebos Creek Dredging at S 373rd St Project Address: S 373rd ST I Project Description: Location:S 373rd St Approx 1100 ft east of Pac Hwy S The project consists of dredging a small branch of West Hylebos Creek using a vector truck. Construction equipment will be parked on the street to perform the work.The project will take approx.20 working days. Owner Applicant Contractor COFW-F TANG TBD-NOT YET SELECTED 33325 8TH AVE S FEDERAL WAY WA 98003 CONDITIONS: * Lane Closure Will Require A WSDOT/MUTCD Compliant Traffic Control Plan Be Submitted For Review&Approval A Minimum Of 48 Hours Prior To Commencement Of Work. II *Lane Closure Shall Be Permitted Only Between The Hours Of 7:AM To 6:00PM Monday-Friday Or As Authorized By The City Project Engineer.Approved Hours Of Lane Closure Subject To Change If Work Continues Into The School Year And Causes Disruptions To Bus Route Schedule. *Permittee Must Notify Public Works @ 253-835-2725 24 Hours Prior To Job Start. * Crew must have copy of right of way permit&traffic control plan on job site at all times. * Provide For Safe Pedestrian Access At All Times.Escort Past Staging Area As Needed. * Do Not Store Equipment Or Materials In The Right-Of-Way Without Permission Of The City # Engineer * Failure To Comply With Terms&Conditions Of Permit Will Result In A Stop Work Order And/Or Permit May Be Revoked. * See Attachment IL General Terms& Conditions Related To Right Of Way Permit. *No Work On Weekends,Holidays Or During Non Working Hours Unless Approved In Advance By Public Works & Community Development.Variance Required Per Ord 09-608 * Clean &Secure Construction Area At The End Of Each Work Day. *Notify Public Works @ 253-835-2725 To Close Permit When All Work Is Complete. PERMIT EXPIRES Friday,28 September,2018 Permit Issued on Wednesday,February 7,2018 I hereby certify that the above information is correct and that the construction on the above described property and the occupancy and the use will be in accordance with the laws, rules and regulations of the State of Washington and the City of Federal Way. Owner or agent: Date: I I I I I 111 RIC/IT OF AY PERMIT GENERAL TER S : COND nN 1, Performance of work—All construction,excavation,installation,maintenance,and restoration("Work")to"be performed in connection with this Permit shall be done in conformance with all applicable federal,state,and local laws and all City ordinances,codes,resolutions,regulations,standards,and procedures,as now I or hereafter amended,including,hut not limited to the following: 1.1 ;i;q;Quii uttggtils. 'Defile controls,signs,road obstructions,barricades,and traffic plans shall be in accordance with the Section K of the Washington State Standard Plans and Part VI of the Manual on Uniform Traffic Control Devices. In addition,multi-lune roads require sequential arrow boord(s). Lane closure permitted between 8:30am&3:00pm only.No lane closures will be allowed on a holiday or holiday weekend or after 12:00p in(noon) on a day prior to a holiday or holiday weekend.Holidays that occur on Friday,Saturday,Sunday or Monday are considered a holiday weekend. 1.2 city blatalith(y. All Work shall be in accordance with the Federal Way Development Standards or when applicable KC Road Standards, Standards and Specifications for Road, Bridge and Municipal Construction,as amended,and subject to the approval of the Public Works Director,or the Director's designee. I 1.3 Plans. The Permit shalt be accompanied by plans("Plans")drawn to working scale;commonly twenty feet(20')equals one inch(1"). The Plans shall describe the nature and location of the 1Vnrk,specifying the names and/or numbers and widths of any affected rights-of-way. The Plans shall specify the location of existing utility facilities including storm drainage systemsand specify the type of construction in detail. The Plans shall be approved by the Public Works Director of Out Director's designee prior to the issuance of this Permit,Any deviation from the Plans may made I only after Perntlttec has submitted revised plant showing the proposed revisions,which revised plans must be approved by the Public Works Director or the Director's designee prior to commencement of the modified Work. 1.4 Paystutent,:.MaterigUineelfjentions. All hard surface roads are to be Jacked or bored,unless otherwise agreed to in writing by the Public Works Director or the Director's designee,Asphalt to be neat lino saw cut onc(1)fist back from the edge of the trench. Restoration of the right of way surface shall either include 100% crushed surfacing top course or CDF and three(3")inches of hot mix asphalt or be replaced to the original wnditina if thicker,at the City's sole discretion. Concrete is not to be used in travel lana.All materials and compaction shall be in accordance with the"Standards and Specifications for Road,Bridge,and Municipal Construction,"as amended.HMA wearing W'PG 64-22,base 1"PG 64.22. 1.5 Backlit,Materials, An trenches in the right of way shall be backfilled with 100%5!8"crushed rock, When trench width is 18 Inches or less,and is I within the traveled way,Mach will be backfilled with control density backfill(self compacted flowable fill)Class B as defined by Washington Aggregates and Concrete Association. The aggregate will be 3/8 inch minus. 1.6 ,SIS?!tt te_ftlltiongot1aS Minceittl;i.Equipment and materials arc not to he stored in the right of way unless approved in writing by the City of Federal Way. I 1.7xjttesvyJ Qiiyewny, Whenever part ot'a square or slab of existing concrete sidewalk or driveway is cut or damaged,the entire square or slab shall he removed and replaced. All tnuteriuis and compaction shall be in accordance with the.City of Federal Way Development Standards. Wheel Chair Ramps must be replaced to meet ADA Standards,Concrete may not he placed in temperatures ut nr below freezing.3000 psi.Maximum concrete accelerator,5%.Calcium is not permitted.No monolithic pours allowed, I 1.8a .Setts. All underground utility lines must have a minimum thirty-six(36")inch cover from finished grade,ditch bottom,or natural ground. Refer to WSDOT Utility Manual for pipe cover requirements on State Routes;SR 18,SR 99,SR 161,SR 509. 1.9 tie:_t91ssiactjit Meeting. In the event the City requires a pre-construction meeting, the necessity of such meeting is to be at the City's sole I discretion. Permittee shall be responsible for scheduling the meeting at least five(5)working days prior to the camnchtcement of the Work. 1,10 Minx a f-t,)glcluiitr, Permittee may only perform work in the right of way between the hours of 8:30a.m,and 3:00p.m.,Monday through Friday, unless different hours ot'operation arc approved in writing by the City.No Work Is Permitted In The ROW On Weekends Or Holidays Observed By The City.No work will be permitted after 12pm(noon)on it day prior to a holiday weekend. I 1.11 Ztrgnpya]tif_Imo. Pennittce shall not clear,remove or disturb any trees or vegetation in the right of way without submitting a revegetation and erosion control plan,in forth and content acceptable to the City. • 2, NOTICE TO PUBLIC WORKS Permitter;shall notify the Pubiic Works Department at least twenty-four(24)hours,hut not more than Seventy-two(72) I hours,prior to conuneneing the Work.Crew must call permit a and work Inuation CAC 11 morning they are to be working in town to verify the start of work. Failure to provide such notice will result in the assessment of a job start peanity Chante per melt occurrence,in addition to any other fees provided for in this Permit. 3. PENALTIES-Penalties up to One Thousand Dollars($1,000.00)per day may he imposed by the City,payable on demand,if Pennittee delays restoration, I relocation,or removal of facilities beyond the time limits prescribed by the City pursuant to paragraphs 4,5,6,7 or 8 herein or otherwise,or faits to complete the Work inn workmanlike manner,at the city's sole discretion,or to complete the work prior to the expiration of this Permit,unless nn extension has been granted. This penalty shall not constitute liquidated damages or an election of remedies by the City,but will be in addition to any other remedies available to the City at law,in equity,or by statute. I 4. CITY'S ItIGiIT TO COMPLETE WORK-The City reserves the right to complete the Work,relocate or remove the facilities pursuant to paragraphs 5,6,7 or 8 herein or otherwise,and upon demand,Pennittce shall pay to the City rut amount equal to all of the City's costs and expenses in performing such work. 5. Rl STORA'C1ON-Atter completion of work aullrorizeYd by this permit,the Pcmtittee shall restore the right of waytat its sole cyst and expense,to ai condition which is aittivnlcttfto or h tterthan the condition of the right of way prior to commencing the\York and toe condition satisfactoryto the City whhin 30 days. IPe�rrnitteeshell repair the damage to its sole cost and expense,without delay or interruption and within the time period prescribed by the City, 6. REPAIRING DAMAGE BY PEItMITI73E-in the event that the Permittee in the course of performing the Work causes damage of any kind,Permittee shall repair the damage at its sole cost and expense,without delay or interruption and within the titne period prescribed by the City. I 7. RIGHTS RESERVED TO THE CITY—REMOVAL OF FACILITIES—The City reserves the/iglu to use,occupy and enjoy its property for such purposes as it shall dewire including,hut not limited to,constructing or installing structures turd facilities-ort the right of way,or developing,improving,repairing,or altering the right of way. Upon the City's demand,the Pcnnittce will,at its sole cost and expense,rem eve,repair,relocate,change,or reconstruct:such facilities or installations pursuant to the City's insuuenions and within the timeperiod prescribed by the City. I i 8. ABATEMENT OF UNSAFE CONDITIONS-The City may,at arty time and in its sole discretion,performall work necessary to restore to a safe condition, '' any right of way left by the Permittee in a dangerous condition to life or property,Upon demand,the Permittee shall pay to the City all costs and expenses of such work. 9. BUSINESS LICENSE—Per Federal Way Revised Code section 12,all contractors/businesses performing work in the City of Federal Way must possess a valid City of Federal Way business license. 10. PAYMENT OF FEES — Pennittee shall pay to the City immediately upon receipt of the City's monthly invoice, all costs and expenses involved in administering this Pennit,including,but not limited to,a permit fee and hourly rate charges for plan review and inspection of the Work. 11. PERMIT REVOCATION—This permit is revocable at any time by the City. The right to revoke is expressly reserved to the City. 12. TERMINATION OF PERMIT-In the event the City does not revoke this Permit pursuant to paragraph 11,this Permit expires on the date set forth ort the cow page of this Permit;provided;however,that the Public Works Director or the Director's designee may grant up to a six-month extension to this Pennit,at his or lice sole discretion,and only in the event the Patentee makes written application for an extension,pays all fixes in advance,and has been found to have fully complied with all of the conditions and requirements alb.*Penni', 13. INDEMNIFY AND HOLD HARMLESS—The Permittee agrees to indemnify and hold harnticxss the City and its appointed and elected officials,otlicen, employees,agents,and volunteers from and against liability for all assessments,claims,demands,suits,and judgements,including costs anti attorney Ices,for injury to persons,death,or by Pcnnittee's breach of this permit, in the event it is determined that RCW 4.24,115 applies ea this Penni!,the Permittee egrets to defend,hold ham►Icas,and indemnify the City to the maximum extent permitted thereunder,'and specifically for its negligence concurrent with that of the City to the MI extent.of Pennittee's negligence, Permittee agrees to defend,indemnify,and hold harmless the City for claims by Permittee's employees and agrees to waiver its immunity under the industrial insuring provisions of Title 51 RCW,which waiver hes been mutually negotiated by the parties;unless such claim is caused by the City's negligence. 14, NOTICE—Permitter;shell notify all property;owners adjoining or in proximity to the right of way and all utility companies having facilities or installations in the right of way when such property may he exposed to'the possibility of injury or damage. .Pumnittee shall make all arrangements necessary to protect such properly or utility from injury or,damage.Coordinate with property owners for access during construction. 15. TITLE—This permit grants only the right to use the City's interest in the tight of way. The granting of this Permit is not a warranty that good title to any specific property is vested in the City. 16. INSURANCE—The Permittee shall procure and maintain,for the duration of this permit,the following insurance: 16.1 jttW ft t4W tb of IneerpnC,¢. In the case of a contractor performing the work,comprehensive general liability insurance,in font approved by the City,with limits of liability not less than S500,000 per occurrence and 52,000,000 iii the aggregate fbr personal injury,including death,and property damage,in the ease of a homeowner performing the work on their own property,homeowners insurance is fano acceptable to the.City,with limits of liability not less than$300,000 fbr ptesonal injury,including death,and property damage. 16.2 ilatnteti al er ed SSll.dlasersaUtee7ltj9li5.The City must approve all deductible or self-Insured retention. At the option of the City,Permittee shall redone or eliminuteany such deductibles or self-insured retentions. 16.3 Leland;tory inserenee.nroefeione. Bach policy shall contain,or be endorsed to contain,the following provisions: (i) The City,its officers.officials,employer.*and volunteers arc to be named as additional insured; (ii): Coverage shall state that the Perteittee!insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability; (iii) Coverage shall not be suspender!,cancelled or reduced in.Coverage or in limits except after thirty(30)days prior written notice to the City by certified mail,and return receipt requested;and (iv) Coverage shall be primary insurance as respects the City,its officers;employees,and volunteers; Any inssrrnnee or self-insurance by the City,its officers,officials,employees,or volunteers shall be in Oxcart of the:Perntittee's,insurance end shall not contribute with it.: 16.4 Vcrineeljter p1 Cesasige. Permittee shall furnish the Public Works Department with Certiftcate(s)of Insurance and with original endorsement(s) affecting evidencing the coverage's required by this permit The certificate and endorsements shall be signed by a person authorieed by that insurer to bind coverage on its behalf and are to be received and approved by City before this Permit shall be issued.At the City's request,Penniltee shall deliver certified copies of all required Insurance policies. 17. BONDS OR ASSIGNMENT OF FUNDS—The Permittee shall delivery to the City,inform satisfactory to the City,prior to the issuance of this Permit,either a I Bond to Perform Work on City Rights of Way,or an assignment of Funds and Bank Certification in Lieu of Bond,in an amount not less than Ten Thousand Dollars and No/100($10,000),in favor of the City. 18. ANTI-DISCRIMiNATION—In all hiring oremployment made possible or resulting from this,Permit and in all benefits Lenny eervices or activities faulting Rain this Pennit.Permittee shall not discrimination against any person because of Ince,Color,religion,national.origin,age(except minimum ago and retirement provisions),sex,sexual orientation,martial status,,parental statuspresence the ofanyscrtsory,mental or physical.ha dicap,or the use of a trained dog-guide by I a blind or dear person unless based upon a bona tide occupational qualification,and this requirement shall apply to,but not be limited to,the folowing: employment,advertising,layoff or termination,rates or pay or other fotms of cmrmpeaisetion,and selection for training,including apprenticeship. Permittee shall not violate any of the terms of RCW 49.60,Title VII of the Civil Rights Act of 1964,or any other applicable fderal,state,or local taw or regulation regarding nondiscrimination Any violation of this provision shall.be grounds for termination of this.Permit end may result in ineligibility for further permits, 111 19. NON-EXCLUSIVE RIGHT—This permit shall not be dccmel to be an exclusive tight.It does not prohibit the City from granting any other penalis to other public or private entities,and it does not prevent t e City from using any affected right of way or affect its jurisdiction over any part of the right of way. 20. REMEDIES NOT EXCLUSIVE:—No remedy provided for by this Permit shall be deemed exclusive,but shall be deemed cutnulative and in addition to every I atitsaa remedy available to the City existing at law,in equity or by statute. 21, NO ASSIGNMENT—This Permit shall not be assigned by Permittee to any person or entity without the written consent of the City,which consent may be withheld for any reason. **SPECIAL TERMS&CONDITIONS AS PRINTED ON PERMIT-FAILURE TO COMPLY WILL RESULT iN STOP WORK ORDER Last Update DECEMBER 2016 I I CITY ofI'w DAit STAMP Permit q I WM - 5,1 j�; �I PitOJe:C't'NAME/JOB NUMBER I RIGHT OF WAY PERMIT APPLICATION 4%1Eho1' 1.1-6rl-1 , . . DEPARTMENT OF PUBLIC WORKS WORK TYPE/DESC I IPTJON 33325 8TH AVENUE SOUTH-FEDERAL WAY,WA 98003 . . E r I PHONE 253-835-2725 FAX 253-835.2709 -�_._ APPLICANT CONTRACTOR PW, SWM `""I�\ jt-1 TBD `"'7 Lj() � CONTACT PERSON MAILING ADDRESS IFei Tang MAILING ADDRESS CITY,STATE&ZIP 33325 8`r'Ave S ICITY,STATE&ZIP PHONE(S) Federal Way, WA 98003 I PHONES) 253-835-2751 WA STATE CONTRACTOR'S OR'S LICENSE# &EXP DATE Email Evi. n ir3uit fliliahv ,,,,,,�t � y.cnnt Email I Project Address,Parcel#or Location; 1 t? „...,,.•....y 5,�' . S 373"I Street approximately 1100 feet east of Pacific 1j�ltway Soared#3221049110 Description of Project- Include size.length&type of material,duration of project,attach additional sheet if needed The project consists of dredging a small branch of West Hylebos Creek using a vactor truck.Construction equipment will be 1 jmrkeked on the street to perform the work.The project will take approximate) 18�vorkitt>days. Proposed Start Date: 8/6/2018 Projected Number of Working Days:20 Pavement or Hard Surface Cut Required? ell NO R YES ■ No Traffic Impact 0 Lane Closure ❑ Pavement Cut Size&#: 0 Shoulder Work 0 Sidewalk Closed I ❑ Sidewalk Removal #Panels: *Provide Traffic Control Plan* Trench in soft surface(dirt,grass,etc) Feet: Conduit/Pipe Size Length 0 Push or Bore Feet: Aerial Install?❑No 0 Yes,Length ❑ Utility Pothole? Show typo&location on titan Pole Install?Include Pole Certification form I certify under penalty of perjury that I am the property owner or authorized agent of the property owner/utility franchise.I certify that to the best of my knowledge,the information submitted in support of this permit application is true&correct.I certify that I will comply with all applicable City of Federal Way regulations pertaining to the work authorized by the issuance of a permit.I understand that the issuance of a Ipermit does not remove the owner's responsibility for compliance with local,state,or federal laws regulating construction or environmental laws. I further agree to hold harmless the City of Federal Way as to any claim(including costs,expense,and attorneys'fees Incurred in the investigation and defense of such claim),which may be made by any person,including its officers and employees,upon the accuracy of the I information supplied to the city as part of this applIcition. Signature: -----3,--,- Date: � ' , /Irt. PLEASE SIGN &BATE Print Name: r ** INCOzh LETE APPLICATIONS WILL BE RETURtNED•* I Rut aired Submittals; G Site Plan CI Viainty Mu' G Traffic is Comm!Plan 0 A Aleutian Fee D laid 0 Insurance Certificate Call ONE CALL for locates 2 working days before you dig or drill."It's the law" 811 (RCW 19.122) Do Not Write Below This Line App complete&signed Fee/Billing Info Plan vie map TCP Specials LYM SEQUUNCLA.Mit RATING froMITIGATION? AMOUNT WiDTI I tit) t'URtt tkI1 ,AAewAt.K BUS 5'tOP RELOCATE STORM PEDESTRIAN DETOUR 111 REVIEWER(S) BOND art ER 1 I 1 Washington Department of °e Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 Olympia,WA 98504-3234 PISA WILDLIFE (360)902-2200 Issued Date: October 04, Permit Number: 2017-4-746+01 2017 Project End Date: October 03, 2022 FPA/Public Notice Number: N/A Application ID: 12718 PERMITTEE AUTHORIZED AGENT OR CONTRACTOR City of Federal Way�o���H. . ATTENTION: Fei Tang 1 33325 8th Ave S t Federal Way WA 98003 Project Name: S. 373rd Gravel Removal Project Project Description: The project proposes to remove approximately 55 cubic yards of streambed gravel from a small branch of West Hylebos Creek under the South 373rd Street Bridge and from approximately 150 lineal feet of the stream channel downstream of the bridge. Sediment level under the bridge has been very high due to the low stream channel gradient and heavy sediment load. Flow capacity under the bridge has been significantly reduced by the sediments. King County bridge inspections have identified the need for sediment removal under and surrounding this bridge in order to completely inspect the structural integrity of the bridge. The purpose of the project is to restore the flow capacity under the bridge, allow inspection and maintenance of the bridge, and protect the roadway from potential flooding. Since the King County bridge inspection is scheduled once every two years, the gravel removal may also have to be performed once every two years to facilitate the inspection. The city would like to apply for an HPA permit to cover a longest time span possible. PROVISIONS 1. TIMING LIMITATION:TIMING LIMITATIONS:The project may begin immediately and shall be completed by October 3,2022, provided sediment removal shall occur only between June 16 and September 30. 2.Work shall be accomplished per plans and specifications submitted to the Washington Department of Fish and Wildlife (WDFW), except as modified by this Hydraulic Project Approval (HPA). A copy of these plans and this HPA shall be available on site during construction. 3. INVASIVE SPECIES CONTROL: Thoroughly clean all equipment and gear before arriving and leaving the job site to prevent the transport and introduction of aquatic invasive species. Properly dispose of any water and chemicals used to clean gear and equipment.You can find additional information in the WDFW's Invasive Species Management Protocols (November 2012), available online at http://wdfw.wa.gov/publications/01490/wdfw01490.pdf. NOTIFICATION REQUIREMENTS 4. FISH KILL/WATER QUALITY PROBLEM NOTIFICATION: If a fish kill or water quality problem occurs or fish are observed in distress at the job site, immediately stop all activities causing harm. Immediately notify the WDFW Habitat Biologist listed below of the problem by calling 425-313-5683. If the likely cause of the fish kill or fish distress is related to water quality, also notify the Washington Military Department Emergency Management Division at 1-800-258-5990. Activities related to the fish kill or fish distress must not resume until the WDFW gives approval. The WDFW may require additional measures to mitigate impacts. I Page 1 of 7 I I Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 SIIo. .0=A-.�,I Olympia,WA 98504-3234 FISHo.,a MIDLIFE (360)902-2200 Issued Date: October 04, 2017 Permit Number: 2017-4-746+01 Project End Date: October 03, 2022 FPA/Public Notice Number: N/A Application ID: 12718 1 STAGING, JOB SITE ACCESS,AND EQUIPMENT 5. Establish staging areas(used for equipment storage, vehicle storage,fueling,servicing, and hazardous material I storage)in a location and manner that will prevent contaminants such as petroleum products, hydraulic fluid, fresh concrete, sediments, sediment-laden water, chemicals, or any other toxic or harmful materials from entering waters of the state. I6. Clearly mark boundaries to establish the limit of work associated with site access and construction. 7. Limit the removal of native bankline vegetation to the minimum amount needed to perform the project. I 8. If wet or muddy conditions exist, in or near a riparian zone or wetland area, use equipment that reduces ground pressure. 1 9. Check equipment daily for leaks and complete any required repairs in an upland location before using the equipment in or near the water. 10. Use environmentally acceptable lubricants composed of biodegradable base oils such as vegetable oils, synthetic Iesters, and polyalkylene glycols in equipment operated in or near the water. CONSTRUCTION RELATED SEDIMENT, EROSION AND POLLUTION CONTAINMENT 11. Work in the dry watercourse (when no natural flow is occurring in the channel, or when flow is diverted around the I job site). 12. Protect all disturbed areas from erosion. Maintain erosion and sediment control until all work and cleanup of the job site is complete. 1 13.All erosion control materials that will remain onsite must be composed of 100% biodegradable materials. 14. Straw used for erosion and sediment control, must be certified free of noxious weeds and their seeds. I15. Stop all hydraulic project activities except those needed to control erosion and siltation, if flow conditions arise that will result in erosion or siltation of waters of the state. I16. Prevent project contaminants, such as petroleum products, hydraulic fluid, fresh concrete, sediments, sediment- laden water, chemicals, or any other toxic or harmful materials,from entering or leaching into waters of the state. 17. Route construction water(wastewater)from the project to an upland area above the limits of anticipated floodwater. IRemove fine sediment and other contaminants before discharging the construction water to waters of the state. 18. Deposit waste material from the project, such as construction debris, silt, excess dirt, or overburden, in an upland area above the limits of anticipated floodwater. I19. Deposit all trash from the project at an appropriate upland disposal location. l IN-WATER WORK AREA ISOLATION USING A TEMPORARY BYPASS 20. Isolate fish from the work area by using either a total or partial bypass to reroute the stream through a temporary pipe or by pumping flow around the work area. I21. Sequence the work to minimize the duration of dewatering. Page 2 of 7 I I Washington Department of Fish&Wildlife 111 101` HYDRAULIC PROJECT APPROVAL PO Box 43234 Olympia,WA 98504-3234 FEM.(WILDLIFE (360)902-2200 Issued Date: October 04,2017 Permit Number: 2017-4-746+01 Project End Date: October 03, 2022 FPA/Public Notice Number: N/A Application ID: 12718 22. Use the least-impacting feasible method to temporarily bypass water from the work area. Consider the physical characteristics of the site and the anticipated volume of water flowing through the work area. 23. The hydraulic capacity of the stream bypass must be equal to or greater than the 25-year peak flow event expected when the bypass will be operated. 24. Design the temporary bypass to minimize the length of the dewatered stream channel. I 25. Install the temporary bypass before starting other construction work in the wetted perimeter. 26. Install a cofferdam or similar device at the upstream and downstream end of the bypass to prevent backwater from entering the work area. 27. If the bypass is a pumped diversion, once started it must run continuously until it is no longer necessary to bypass flows.This requires back-up pumps on-site and twenty-four-hour monitoring for overnight operation. 28. The pump intake structure must have a fish screen installed, operated, and maintained in accordance with RCW 77.57.010 and 77.57.070. Screen the pump intake with one of the following: a) Perforated plate: 0.094 inch (maximum opening diameter); b) Profile bar: 0.069 inch(maximum width opening);or c)Woven wire: 0.087 inch (maximum opening in the narrow direction). The minimum open area for all types of fish screens is twenty-seven percent.The screened intake facility must have enough surface area to ensure that the velocity through the screen is less than 0.4 feet per second. Maintain fish screens to prevent injury or entrapment of fish. 29. The fish screen must remain in place whenever water is withdrawn from the stream through the pump intake. 30. Isolate pump hose intakes with block nets so that fish cannot get near the intake. FISH LIFE REMOVAL 31.All persons participating in capture and removal must have training, knowledge, and skills in the safe handling of fish life. 32. If electrofishing is conducted, a person with electrofishing training must be on-site to conduct or direct all electrofishing activities. 33. Place block nets upstream and downstream of the in-water work area before capturing and removing fish life. 34. Capture and safely move fish life from the work area to the nearest suitable free-flowing water. DREDGING 35. Work in the dry water-course (when no natural flow is occurring in the channel, or when flow is diverted around the job site). 36. Accomplish dredging by starting at the upstream end of the job site boundary and working downstream. 37. Limit dredging to deepening the streambed. Do not disturb the banks. 38. Dispose of dredged bed materials outside the flood plain so materials will not reenter waters of the state. Page 3 of 7 I I I .�- Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL POBox43234 I sii �:�: r�-�,'l Olympia,WA 98504-3234 FISHa�a{i7I.i31.IFE (360)902-2200 Issued Date: October 04,2017 Permit Number: 2017-4-746+01 1 Project End Date: October 03, 2022 FPA/Public Notice Number: N/A Application ID: 12718 DEMOBILIZATION AND CLEANUP 39. To minimize sediment delivery to the stream or stream channel, do not return in-stream flows to the work area until Iall in-channel work is completed and the bed and banks are stabilized. 40. Seed areas disturbed by construction activities with a native seed mix suitable for the site that has at least one quick-establishing plant species. I41. Complete replacement of any damaged riparian vegetation during the first dormant season (late fall through late winter)after completion of dredging work. Maintain plantings for at least three years to ensure at least eighty percent survival of each species or a contingency species approved by the habitat biologist. Failure to achieve the eighty I percent survival in year three will require you to submit a plan with follow-up measures to achieve requirements or reasons to modify requirements. 42. Upon completion of the project, remove all materials or equipment from the site and dispose of all excess spoils Iand waste materials in an upland area above the limits of anticipated floodwater. 43. Return water flow slowly to the in-water work area to prevent the downstream release of sediment laden water. If I necessary, install silt fencing above the bypass outlet to capture sediment during re-watering of the channel. 44. Remove temporary erosion and sediment control methods after job site is stabilized or within three months of project completion, whichever is sooner. LOCATION #1: 'Site Name: S 373rd Street E„WA ...,., �_ �,. :.._�._.�,.. a. ._m,, .:.�.. ,._ ...,.... I WORK START `October 4, 2017 WORK END: October 3, 2022 WRIA Waterbody: Tributary to: 10-Puyallup-White Hylebos Creek West Fork Hylebos Creek 1/4 SEC: ;Section: Township :Range: 'Latitude: Longitude. County: NW 1/4 ' '32 21 N 04 E 47.267167 -122.329498 King Location#1 Driving Directions I Head south on Pacific Hwy S, turn left onto'S 373rd St, at approximately 0.2 mi where there is a bridge crossing a small branch of West Hylebos Creek, the project site is in the creek between the bridge and approximately 150 ft downstream of the bridge IAPPLY TO ALL HYDRAULIC PROJECT APPROVALS I This Hydraulic Project Approval pertains only to those requirements of the Washington State Hydraulic Code, specifically Chapter 77.55 RCW. Additional authorization from other public agencies may be necessary for this project. The person(s)to whom this Hydraulic Project Approval is issued is responsible for applying for and obtaining any Iadditional authorization from other public agencies(local, state and/or federal)that may be necessary for this project. Page 4 of 7 1 Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL POBox43234 fr,Aa;,K4m Cec;r.+.o'o/ Olympia,WA 98504-3234 FISH {67LDLFFF (360)902-2200 Issued Date: October 04,2017 Permit Number: 2017-4-746+01 Project End Date: October 03, 2022 FPA/Public Notice Number: N/A I Application ID: 12718 I This Hydraulic Project Approval shall be available on the job site at all times and all its provisions followed by the person (s)to whom this Hydraulic Project Approval is issued and operator(s)performing the work. This Hydraulic Project Approval does not authorize trespass. The person(s)to whom this Hydraulic Project Approval is issued and operator(s) performing the work may be held liable for any loss or damage to fish life or fish habitat that results from failure to comply with the provisions of this Hydraulic Project Approval. Failure to comply with the provisions of this Hydraulic Project Approval could result in a civil penalty of up to one hundred dollars per day and/or a gross misdemeanor charge, possibly punishable by fine and/or imprisonment. All Hydraulic Project Approvals issued under RCW 77.55.021 are subject to additional restrictions, conditions, or revocation if the Department of Fish and Wildlife determines that changed conditions require such action. The person(s) to whom this Hydraulic Project Approval is issued has the right to appeal those decisions. Procedures for filing appeals are listed below. MINOR MODIFICATIONS TO THIS HPA: You may request approval of minor modifications to the required work timing or to the plans and specifications approved in this HPA unless this is a General HPA. If this is a General HPA you must use the Major Modification process described below.Any approved minor modification will require issuance of a letter documenting the approval. A minor modification to the required work timing means any change to the work start or end dates of the current work season to enable project or work phase completion. Minor modifications will be approved only if spawning or incubating fish are not present within the vicinity of the project.You may request subsequent minor modifications to the required work timing.A minor modification of the plans and specifications means any changes in the materials, characteristics or construction of your project that does not alter the project's impact to fish life or habitat and does not require a change in the provisions of the HPA to mitigate the impacts of the modification. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a minor modification through APPS.A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must submit a written request that clearly indicates you are seeking a minor modification to an existing HPA. Written requests must include the name of the applicant,the name of the authorized agent if one is acting for the applicant,the APP ID number of the HPA,the date issued,the permitting biologist,the requested changes to the HPA,the reason for the requested change,the date of the request, and the requestor's signature. Send by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234, or by email to HPAapplications@dfw.wa.gov.You 111 should allow up to 45 days for the department to process your request. MAJOR MODIFICATIONS TO THIS HPA:You may request approval of major modifications to any aspect of your HPA. Any approved change other than a minor modification to your HPA will require issuance of a new HPA. If you originally applied for your HPA through the online Aquatic Protection Permitting System (APPS), you may request a major modification through APPS. A link to APPS is at http://wdfw.wa.gov/licensing/hpa/. If you did not use APPS you must submit a written request that clearly indicates you are requesting a major modification to an existing HPA. Written requests must include the name of the applicant,the name of the authorized agent if one is acting for the applicant,the APP ID number of the HPA,the date issued,the permitting biologist,the requested changes to the HPA, the reason for the requested change,the date of the request, and the requestor's signature. Send your written request by mail to: Washington Department of Fish and Wildlife, PO Box 43234, Olympia, Washington 98504-3234.You may email your request for a major modification to HPAapplications@dfw.wa.gov.You should allow up to 45 days for the department to process your request. Page 5 of 7 1 1 Washington Department of Fish&Wildlife HYDRAULIC PROJECT APPROVAL PO Box 43234 alAk,•and WILDLIFE Olympia,WA 98504-3234 FISH and WILDLIFE (360)902-2200 Issued Date: October 04, 2017 Permit Number: 2017-4-746+01 ' Project End Date: October 03, 2022 FPA/Public Notice Number: N/A Application ID: 12718 APPEALS INFORMATION ' If you wish to appeal the issuance, denial, conditioning, or modification of a Hydraulic Project Approval (HPA), Washington Department of Fish and Wildlife (WDFW) recommends that you first contact the department employee who issued or denied the HPA to discuss your concerns. Such a discussion may resolve your concerns without the need for further appeal action. If you proceed with an appeal, you may request an informal or formal appeal.WDFW encourages you to take advantage of the informal appeal process before initiating a formal appeal. The informal appeal process includes a review by department management of the HPA or denial and often resolves issues faster and with less legal complexity than the formal appeal process. If the informal appeal process does not resolve your concerns,you may advance your appeal to the formal process.You may contact the HPA Appeals Coordinator at(360)902-2534 for more information. ' A. INFORMAL APPEALS:WAC 220-660-460 is the rule describing how to request an informal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete informal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance, denial, conditioning, or modification of an HPA may request an informal appeal of that action. You must send your request to WDFW by mail to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, 600 Capitol Way North, Olympia, Washington 98501-1091; e-mail to IHPAapplications@dfw.wa.gov; fax to (360)902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. WDFW must receive your request within 30 days from the date you receive notice of the decision. If you agree, and you applied for the HPA, resolution of the appeal may be facilitated through an informal conference with the WDFW employee responsible for the decision and a supervisor. If a resolution is not reached through the informal conference, or you are not the person who applied for the HPA, the HPA Appeals Coordinator or designee will conduct an informal hearing and recommend a decision to the Director or designee. If you are not satisfied with the results of the informal appeal, you may file a request for a formal appeal. B. FORMAL APPEALS:WAC 220-660-470 is the rule describing how to request a formal appeal of WDFW actions taken under Chapter 77.55 RCW. Please refer to that rule for complete formal appeal procedures. The following information summarizes that rule. A person who is aggrieved by the issuance,denial, conditioning, or modification of an HPA may request a formal appeal of that action. You must send your request for a formal appeal to the clerk of the Pollution Control Hearings Boards and serve a copy on WDFW within 30 days from the date you receive notice of the decision.You may serve WDFW by mail ' to the HPA Appeals Coordinator, Department of Fish and Wildlife, Habitat Program, 600 Capitol Way North, Olympia, Washington 98501-1091; e-mail to HPAapplications@dfw.wa.gov; fax to (360)902-2946; or hand-delivery to the Natural Resources Building, 1111 Washington St SE, Habitat Program, Fifth floor. The time period for requesting a formal appeal is suspended during consideration of a timely informal appeal. If there has been an informal appeal, you may request a formal appeal within 30 days from the date you receive the Director's or designee's written decision in response to the informal appeal. C. FAILURE TO APPEAL WITHIN THE REQUIRED TIME PERIODS: If there is no timely request for an appeal,the WDFW action shall be final and unappealable. 1 Page 6 of 7 1 1 Washington Department of Fish&Wildlife „me4 HYDRAULIC PROJECT APPROVAL PO Box 43234 �u+, •;:r Olympia,WA 98504-3234 1 RSH o WILDLIFE (360)902-2200 Issued Date: October 04, 2017 Permit Number: 2017-4-746+01 Project End Date: October 03, 2022 FPA/Public Notice Number: N/A i Application ID: 12718 I Habitat Biologist Larry.Fisher@dfw.wa.gov for Director Larry Fisher 425-313-5683 WDFW 1 I 1 1 t I 1 1 1 1 1 1 1 Page 7 of 7 1 I I , Application for General Permit Permit No. 51060 I Aypticant-Please print or type all information Application Is Herby Made For: :1 neral Permit(no fee) ['] General Permit$2.50(Subject to RCW 47.12,140(2)) ' Intended Use of State.Right of Way is to Construct,Operate,and Maintain a: To remove streambed gravel deposits slightly upstream and 150'downstream of the structure on 5 373rd St using a vector truck placed on top of the existing structure. Restrictions: I -if any wetlands are permanently disturbed during this work,it shall be restored in accordance with WSDOT's Wetland Protection and Preservation Policy. -Any fencing that needs to be taken down shall be restored to its original condition upon completion of work. -Any work within the stream shall be done during the approved in-water work timeframe as determined by WDFW. I on a portion of State Route 5 from Mile Post 140.300, to Mile Post in King County, SW114 of NW 1/4 of Section 82 Township 21 Range 4 West/East W,M. E I Fees in the amount of are paid to defray the basic administrative expense incident to the processing of this application according to RCW 47.12.140(2)and amendments. The appilt:nt further promises to pay additional costs Incurred by the Department on the behalf of the applicant. Checks or Money Orders are to be made payable t. "Wa- Stet- Dep.rtment of Transportation". ICity of Federal Way PW Dept. ltitYi 1 Applicant(Referred to as Pemdt Holder) Appiic nt' *dud g'rre I33325 8th Ave S. 'l'�Iw,1A. +. tP�t �'�,q �.,(.,t 04.4...v........Address Print or Type Name Federal Way WA 98003 Public Works Dir. I city 253835-2751 State Zip Code Title Dated this *leo day of roe kif t'kes , tr,11 Telephone R r -r .::0.r ,, .z' ' , Authorization to Occupy Only If Approved Below ` S,r,�1. _ 17... ThE+'- The Washington State Department of Transportation referred to as the"Department",hereby grants this Permit subject to the terms and conditions stated In the General Provisions,Special Provisions,and Exhibits attached hereto and by this reference made a part hereof: Construction facilities proposed under this application shall begin within one year and must be completed within three years from date of approval. ` j For Department Use Only , _. 'x;" r `f . z _. Exhibits Attached Exhibit"A'-Special Provisions-2 sheets Department Approval I Exhibit"B"-Site Plan-1 sheet Exhibit"C"-Sundry Site Plans-2 sheets By: Dale Severson, PE I .ale a � , ,, »~�._ Title: DS Engineer IDate: 08/31/2017 I Expiration Date: 09/30/2018 RAMPS-General Permit-Page 1/14. I I 1 General Provisions No changes to these General Provisions may be made without further approval of the Office of the Attorney General This Permit is issued pursuant to the applicable terms of RCW 47.32.110(Roadside Users)and ROW 47.12.140(Sale of Timber and Removal of Nonmarketable Materials). DOCUMENTS, NON-EXCLUSIVE,COMPLIANCE WITH LAW,WORK 1. A copy of this Permit must be on the job site, protected from the elements,at all times during any Permittee activity, construction or improvement Work as authorized by this Permit."Work"under this Permit shall include the use of the state-owned right of way as authorized herein. 2. This Permit shall not be deemed or held to be an exclusive one and shall not prohibit the Department from granting rights of like or other nature to other public or private entities, nor shall it prevent the Department from using any of the state-owned highway right of way or other properties for transportation purposes,or affect the Department's right to full supervision and control over all or any part of the state-owned highway right of way or properties,none of which is hereby surrendered. 3. The Permittee shall be responsible for compliance with all federal,state,and local laws and regulations. 4. Upon approval of this Permit,the Permittee shall diligently proceed with the Work and comply with all General and Special provisions herein. DEPARTMENT NOTIFICATION:SURVEY MONUMENTS,HIGHWAY SIGNS, FENCES, LANDSCAPING ' 5. The Permittee shall contact the Department representative(s),listed in Exhibit A,Special Provisions,two(2)weeks prior to conducting Work,to determine the location of survey control monuments within the area in which the Permittee will be working. In the event any monument or right of way marker will be altered,damaged,or destroyed by the Permittee,the Department,prior to Permittee Work,will reference or reset the monument or right of way marker. During the Work,upon discovery of a monument or right of way marker,the Permittee shall cease Work in that area and immediately notify the Department of the discovery. The Department will coordinate with the Permittee to ensure that the monument or right of way marker is recorded or replaced.The Permittee agrees to pay all Department actual direct and related indirect costs and expenses to perform monument or right of way marker work, pursuant to the provisions of Section 18-Invoice and Payment. 6. In the event any milepost,fence,or guardrail is located within the limits of the Permittee's Work and will be disturbed during Permittee Work,the Permittee agrees to carefully remove these highway facilities prior to Permittee Work and reset or replace these highway facilities after the Permittee Work,to the Department's sole satisfaction and at the sole cost of the Permittee.The Permittee shall not remove or disturb any highway signs,traffic control devices,or landscaping unless specifically authorized. PERMIT EXTENSION,ASSIGNMENT,AND REVOCATION: 7. This Permit may not be extended without the Department's prior written approval. 8. The Permittee shall not assign or transfer this Permit without the Department's prior written approval.The Permittee understands that any assignment or transfer requires the assignee or transferee to have the means to assume all obligations, duties,and liabilities of the terms and conditions of this Permit,and the Permittee agrees to advise the assignee or transferee of its obligation to apply for an updated or replacement Permit from the Department. 9. This Permit is granted solely within the discretion of the Department.It may be revoked at will and at any time by giving thirty (30)calendar days written notice to the Permittee. Revocation shall automatically take effect on the thirty-first day without further action by the Department. Permittee acknowledges and agrees that it has no due process or appeal rights should the Department decide, for any reason whatsoever,to revoke this Permit.Thereafter,if the Permittee has not removed its facilities or otherwise fails to return the state property back to its original condition as solely determined by the Department,the Department shall perform such work at the Permittee's sole cost and expense, and the Permittee shall pay the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. 10. Should the Permittee breach any of the conditions or requirements of this Permit,or should the Permittee fail to proceed with due diligence and in good faith with the Work as authorized by this Permit,the Department may revoke the Permit. The Department shall give thirty(30)calendar days written notice to the Permittee, and upon the thirty-first day,this Permit shall be deemed revoked without further action by the Department.Thereafter,if the Permittee has not removed its facilities or otherwise fails to return the state property back to its original condition as solely determined by the Department,the Department shall perform such work at the Permittee's sole cost and expense,and the Permittee shall pay the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. DOT Form 224-698 Page 2 Revised 04/2015 1 1 MODIFICATION OF PERMIT AND/OR WORK: I11. The Department may modify this Permit at any time by giving Permittee written notice. If this Permit is modified,the Permittee will have thirty(30)calendar days from the date of the written notice to modify the Work as required by the Department. If the modifications cannot be made within thirty(30)calendar days,the Permittee shall request the Department,in writing,during the thirty(30)calendar day time period for an extension of time in which to make the modifications.Any extension of time shall be solely I within the Department's discretion. 12. If the Permittee desires to modify this Permit and/or the Work,it shall notify the Department representative(s)listed in Exhibit A, Special Provisions,in writing of all proposed changes for the Department's prior approval.The Department agrees to provide written ' acceptance or rejection of the proposed change(s)to the Permittee within Ten(10)business days. 13. Should the Permittee fail or refuse to comply with the Department's direction pursuant to section 11,the Department will implement section 10 and revoke the Permit. I ADDITIONAL PERMIT OBLIGATIONS 14. The Permittee shall not excavate or place any obstacle within the state-owned highway right of way in such a manner as to• interfere with the Department's construction,operation,and maintenance of the state-owned highway right of way or the public's I travel thereon without the Department's prior written approval and/or as may be provided in this Permit's Special Provisions. 15. Upon completion of all Work,the Permittee shall immediately remove all rubbish and debris from the state-owned highway right of way,leaving the state-owned highway right of way in a neat,presentable,and safecondition to the Department's sole ' satisfaction.Any Work-related rubbish and debris clean up,or any necessary slope treatment to restore and/or protect the state- owned right of way, not done within seven(7)calendar days of Work completion,unless the Department approves otherwise,will be done by the Department at the expense of the Permittee.The Permittee agrees to reimburse the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. I 16. The Permittee agrees to maintain,at its sole expense,its Work under this Permit in a manner satisfactory to the Department in the Department's sole discretion. 17. If the Department determines that emergency maintenance of the Work is required to(a)protect any aspect of the state highway right of way,or(b)secure the safety of the traveling public due to a failure of the Permittee's Work or its maintenance thereof,the Department may perform the emergency maintenance work without the Permittee's prior approval,and the Permittee agrees to reimburse the Department's actual direct and related indirect costs and expenses for performing the emergency I maintenance work pursuant to the provisions of Section 18—Invoice and Payment.The Department will notify the Permittee of the emergency work performed as soon as practicable. INVOICE AND PAYMENTS ' 18. If the Department performs work as provided for in.this Permit by state forces or its contractor, including but not limited to any modification, repair, clean up or removal of the Work authorized under this Permit: a. The Department will assign a reimbursable account to the Permittee as a means of invoicing the Permittee for the costs ' associated with the work. b. The Department will provide a detailed invoice,including direct and related indirect costs,to the Permitteefor the work performed by the Department or its contractor(s), and the Permittee agrees to pay the Department within fifteen(15)calendar days of receipt of an invoice.• ' c. The Permittee agrees that if payment is not made to the Department as herein agreed,the Department may charge late fees, interest or refer the debt to a collection agency,all in accordance with Washington State Law. ADDITIONAL REQUIRED PERMITS I 19. The Permittee shall be responsible for securing all necessary permits,including but not limited to,federal,state,and local regulatory,tribal,environmental,archeological, and railroad permits and permits from the Washington State Department of Ecology, the Washington State Department of Fish and Wildlife,and/or the U.S.Army Corps of Engineers prior to beginning the Work authorized by this Permit.The Permittee shall be responsible for mitigation measures where wetlands have been disturbed and I agrees that it is solely responsible for any fines imposed for noncompliance with the permit(s)conditions or for failure to obtain the required permits. In addition,the Permittee,on behalf•of itself and its contractors,officers, officials,employees,and agents, agrees to indemnify, hold harmless,and defend, at its sole cost and expense,the Department and its officers, officials,employees, and agents from any and all fines, costs, claims,judgments,and/or awards of damages to regulatory agencies, persons,and/or property, arising out of,or in any way resulting from,the Permittee's failure to(1)obtain any required permit for the Permittee Work or(2) comply with permit conditions. 20. The Permittee hereby certifies that its facilities described in this Permit are in compliance with the Clear Zone Guidelines I pursuant to Chapter 1600 of the Department's Design Manual(M 22-01)and any revisions thereto. I DOT Form 224-698 Page 3 Revised 04/2015 • INDEMNIFICATION,WAIVER, VENUE,ATTORNEYS FEES,AND RELOCATION/EMINENT DOMAIN 21. The Permittee, its successors and assigns,shall indemnify,defend at its sole cost and expense,and hold harmless the State of Washington,its officers,employees, and agents from all claims,demands,damages(both to persons and/or property),expenses, regulatory fines,and/or suits in law and in equity that(1)arise out of or are incident to any acts or omissions of the Permittee,its agents,contractors, employees,invitees and/or any other person in the use of the state-owned highway right of way as authorized by the terms and conditions of this Permit, or(2)are caused by the breach of any of the terms or conditions of this Permit by the Permittee,its successors and assigns,and its contractors,agents,employees,invitees and/or any other person.The Permittee,its successors and assigns,shall not be required to indemnify,defend, or hold harmless the State of Washington, its officers, employees and/or agents, if the claim, suit, or action for damages(both to persons and/or property)is caused by the sole acts or omissions of the State of Washington,its officers,employees and/or agents;provided that, if such claims,suits,or actions result from the concurrent negligence of(a)the State of Washington,its officers,employees and/or agents,and(b)the Permittee, its agents,contractors, employees, invitees,and/or any other person or Involves those actions covered by RCW 4.24.115,the indemnity provisions provided herein shall be valid and enforceable only to the extent of the acts or omissions of the Permittee,its agents,contractors, employees, invitees, and/or any other person. 22. The Permittee agrees that its obligations under this Permit extend to any claim,demand,and/or cause of action brought by, or on behalf of,any of its employees or agents while performing Work under this Permit while located on or off state-owned highway right of way.For this purpose,the Permittee,by MUTUTAL NEGOTIATION, hereby WAIVES,with respect to the State of Washington only,any immunity that would otherwise be available to it against such claims under the Industrial Insurance provisions in chapter 51,12 RCW. 23. The Indemnification and WAIVER provided for in sections 21 and 22 shall survive the termination of this Permit. I 24. In the event that the Permittee or the Department deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Permit,the Permittee and Department agree that any such action or proceedings shall be brought in the • superior court situated in Thurston County,Washington.Further,the Permittee agrees that it shall be solely responsible for its own attorneys fees and costs and agrees that it shall not seek nor be entitled to recovery of such attorneys fees and costs. 25. NONAPPLICABILITY OF RELOCATION ASSISTANCE/EMINENT DOMAIN. The Permittee acknowledges.that this Permit does not at any time entitle the Permittee, its successors or assigns,to assistance under the Uniform Relocation and Real Property Acquisition Policy(ch.8.26 RCW). Further,the revocation or other termination of this Permit shall not be deemed a taking by the state under the laws of eminent domain. 1 1 . 1 1 DOT Form 224-698 Page 4 Revised 04/2015 1 1 Special Provisions for • I Highway Encroachments Permit No. 51060 Applicable provisions are denoted by E I E 1. No work provided for herein shall be performed until the Permit Holder is authorized by the following Department representative: Carl Ward Environmental and Hydraulic Svcs. I . 5720 Capitol Blvd Se Bldg 7 Tumwater,WA 98501 • 360-570-6706 I E 2. Prior to the beginning of construction,a preconstruction conference shall be held at which the Department and the Permit Holder and Permit Holder's engineer,contractor,and inspector shall be present. I E 3. Should the Permit Holder choose to perform the work outlined herein with other than its own forces,a representative of the Permit Holder shall be 'present at all times unless otherwise agreed to by the Department representative. All contact between the Department and the Permit Holder's I contractor shall be through the representative of the Permit Holder. Where the Permit Holder chooses to perform the work with its own forces,it may elect to appoint one of its own employees engaged in the construction as its representative. Failure to comply with this provision shall be grounds for restricting any further work by the Permit Holder within the State right of way until said requirement is met. The Permit Holder,at its own expense,shall adequately police and supervise all work on the above described project by itself,its contractor,subcontractor,agent,and others,so as not to endanger or injure any person or property. E 4. A copy of the permit must be on the job site and protected from the elements at all times during any of the construction authorized by said permit. I D 5. This permit does not give the Permit Holder or any agent or contractor of the Permit Holder any rights to cut,spray,retard,remove,destroy, damage,disfigure or in any way modify the physical condition of any vegetative material located on the highway right of way,except by written permission from the Department or for purposes as described by No.6 if denoted below. All restoration shall be done to the satisfaction of the I Department at the sole expense of the Permit Holder. ID 6. If necessary to increase sight distance,brush shall be removed from both sides of the access connection and stumps shall be removed. The indiscriminate cutting of merchantable timber or disfiguring of any feature of scenic value shall not be permitted. I Li 7. The access connection(s)shall be constructed in accordance with the attached Sufficient length of diameter culvert pipe shall be placed in ditch and laid to a true line and grade. I The access connection(s)shall be surfaced to the limits as shown on the plan with a 150 millimeter(6 inch)minimum compacted depth of gravel base material and a 80 millimeter(3 inch)compacted depth of crushed surfacing top course. Asphalt paving will not be required.Finished grade of the access connection shall be in accordance with the profile control as shown on the attached plan.Directing of surface water from private property to Department right of way will not be permitted,unless otherwise approved by the Department. I ❑ 8. The access connection(s)shall be constructed in accordance with the attached Sufficient length of diameter culvert pipe shall be placed in ditch and laid to a true line and grade. The access connection(s)shall be surfaced to the limits as shown on the plan with a 150 millimeter(6 inch)minimum compacted depth of gravel I base material,a 80 millimeter(3 inch)minimum compacted depth of crushed surfacing top course,and paved with a 80 millimeter(3 inch) minimum compacted depth of Asphaltic Concrete Class B unless otherwise specified by the Department. Any existing oil mat on shoulder or roadway shall be removed and new pavement laid to a butt joint with existing pavement. Finished grade of new pavement shall be in accordance with the profile control as shown on attached plan. Directing of surface water from private property onto Department right of way will not be I permitted,unless otherwise approved by the Department. 0 9. All buildings and appurtenances shall be so located at a distance from the right of way line of any State Highway that none of the right of way therefore is required for use of the patrons or customers of any such establishment. Permit Holder shall comply with local building codes. Set-back . I requirements for the location of buildingts in relation to the right of way line are a function of local authorities,and they should be consulted regarding requirements that must be adhered to. I I RAMPS.Special Provisions-Page 1 Page 1 Exhibit"A" ❑ 10. The Permit Holder agrees to schedule the work herein referred to and perform said work in such a manner as not to delay the Department's contractor in the performance of his contract. ❑ 11. Work within the right of way shall be restricted to between the hours of and and/or ,and no work shall be allowed on the right of way Saturday,Sunday,or holidays,unless authorized by the Department. Any lane closures must be submitted for approval in advance of use. The hours of permitted closure may differ from the above noted hours. ❑ 12. The shoulders,where disturbed,shall be surfaced with crushed surfacing top course minimum compacted depth,or as directed by the Department. The surface of the finished shoulder shall slope down from the edge of pavement at the rate of 5%unless otherwise directed. The restored shoulder must not have any strips or sections less than 0.6 meters(2 feet)wide. The restored shoulder shall be surfaced with 0 13. The Permit Holder shall be responsible for constructing and maintaining the access connection(s)and appurtenances between the shoulder line of the highway and the right of way line inclusive of surfacing and drainage. The Department has the right to inspect all installations at the time of construction and at any time afterward and to require that necessary changes and repairs be made. Unsatisfactory work will be corrected by the Department,at the Permit Holder's expense,or access may be removed at the Permit Holder's expense. Directing of surface water from private property onto Department right of way will not be permitted. 14. The access aconnection shall be sufficiently surfaced back an adequate distance from the edge of the pavement toprevent anytrackingof 9 ❑ material onto the highway. Any tracking of material onto the highway shall be subject to enforcement of Chapter 46.61.655 RCW and shall be Immediately cleaned up by the Permit Holder or the Permit Holder's agent. ❑ 15. Standard highway warning signs designated as"Truck Crossing"sign,plate W8-6,shall be placed and maintained at Permit Holder's expense on each side of the access connection. Signs shall be in evidence only when access is actually being used. If necessary,flagmen shall be provided. Sufficient parking space shall be provided by the Permit Holder outside Department right of way so no vehicles will be parked on said right of way. ❑ 16. All manholes,valve covers,and like appurtenances shall be constructed at such an elevation to conform to the shoulder slope from the edge of pavement or as directed by the Department. la 17. All slopes,slope treatment,top soil,ditches,pipes,etc.,disturbed by this•operation shall be restored to their original cross section and condition. All hazards shall be marked by warning signs,barricades,and lights. If necessary,flagmenshall be employed for the purpose of protecting the traveling public. Roadside operations shall be specified by the Department's representative. ❑ 18. During the construction and/or maintenance of this facility,the Permit Holder shall comply with the Manual on Uniform Traffic Control Devices for Streets and Highways,(Federal Highway Administration)and Washington modifications thereto. If determined necessary by the Department, the Permit Holder shall submit a signing and traffic control plan to the Department's representative for approval prior to construction or maintenance operations. No lane closures shall be allowed except as approved by the Department representative. Approvals may cause revision of special provisions,including hours of operation. ▪ 19. Bond coverage required to ensure proper compliance with all terms and conditions of said permit will be furnished by a Blanket Surety Bond held by the Department at the Olympia Service Center. • 20. A surety bond in the amount of written by a surety company authorized to do business in the State of Washington shall be furnished to ensure compliance with any and all of the terms and conditions of this permit and shall remain in force until all work under this permit has been completed and approved by the Department. ❑21. Relative to advertising adjacent to all State highways,we wish to call your attention to the Sceni Vistas Act of 1971,Chapter 47.42 RCW and State Transportation Commission ruling Chapter 468-66 WAC. Violation of this section of the statutes will be sufficient cause for cancellation of this permit. On-premise signs are allowed. ® 22. The Permit Holder shall notify the Department's representative upon completion of the work under this permit so that a final inspection can be made. ® 23. The responsibility of the Permit Holder for proper performance,safe conduct,and adequate policing and supervision of the project shall not be lessened or otherwise affected by Department approval of plans,specifications,or work,or by the presence at the work site of Department representatives,or by compliance by the Grantee with any requests or recommendations made by such representatives. ® 24. All material and workmanship shall conform to the Washington State Department of Transportation Standard Specifications for Road,Bridge and Municipal Construction,current edition,and amendments thereto,and shall be subject to inspection by the Department. RAMPS-Special Provisions-Page 2 Page 2 Exhibit"A" I I - - - . „ , ,,,,, 1i '...':-.,-:,f"---,,:,.‘, tak: •-•,:tz,- !I.' ,,..• •T-t t, . i . '''14:','4:- ' '• t, t, ---,•,,z,_.•ft•-•',-.11.••• r".-..:.-1 tezt..-•Z.---',".- -' ..`.(i Federal Way ' :4rc;4' -.,:::,.-,_.• t '1_kl., I. ) siDo,t _ .. ,1 . /, „... ,.,._, ..._..........,,„ a 364 J$ 111 ------t "• „_,., '....4 i." - - • 4 .,. .. .., .. _,,,„ • • - ,... , . 1-LoAr 0 t., .. .= Projeci Location: I Let 47266943,Long-123329570\ ..:- .c., ,,o,_ ,,,, #f _. r„ ., i I ...________ .\. , \ ,il \', 4, .. . Lake ,- . 11;e41 • . ••' I ,...1 .,., 1 Tacony NEW TACOMA < if,4, / „,-. '' ,.. , , 1` , , ' Ile , 01 Milton r . 4 - if . • -.. I .. ,:„... .... .---------- - e 4 . , . ' - fr•• ' ... 1 . . . . - • ._ • ___.- - ,- --. -.,.. ---,,-_--,...• ..S.e4..-..•,-' '''''', ''• ' '. .-'-'t 9 •,--..-' - ;. f.,,.. .,+6,„-, „,• 4:-* .. :iipit/41041101' , *WOW 4,'. ' '; ,,..4' P*--• . - , , , ., , , ,. 1 - .2.,',-,‘';"k;*".,..:,,.,_k"_.:I,-2t.', ':-4- ' / . I. . -• 40 I. Ai ' ..„;:. ....a;....- -1.q..;, , ,- - „.;-1 "4::,,,.', :,),-7' 4...):_,;• .r...,.%.-4:;r:..'',• 1 . ,,' / , *.ta P.A.',.:4,,,., • ' - I ' ! 4:4,4'#!:+r,J,,.1".°14.", ,*: . ' - ' I * - L.,t. • 7,--''-'7411f pt•3," ' IF f -U,r.• ":\;...;;;A:, -4-- . ' .'f • '• 1 4 , . 41.. • -. .7. ,, r I .,, . .''d ''"'--,-. 'tc•-i. ,. -..., . ::;.-. 4 - z.., 4 • ---• - .-...,.., --... #11. . - ' , ; - ,..,'*-4 ..,i--- •!...01- -7,- tn.••• :.4 ,,,7- , • ,,..,,* 414......•* • . . ' . , I "?•kr.Pqr •'.• 41* . ' .ie. ,t L • - . t '''' %r. ---..ii / • ..' • i . ift.' 1 4Li, lb, , ,- , , - I L.r.„ v,--,,....,...i ve...4,,'„.,- ' v.:. 6, • _,_i., i . , 1114131 '-'. ' ..:- - .'".-.V. ' -.7 : + 4 / ' _ - ' - • ,...,-• . g' ,- , 4110,„ • <4 , - .'111,;z0/ <, ......,- , i ' ' "' ' jr •• it ;-' ,..r71-,' -I 1,,' / .4-.''' Project Limits „,_ -. , : :,,e ,•.- 7.•.1. •••• - I ft `,.4-1 • ';'1 ,-.. .Illr ., 1 .. . .. . , -% , .,., , - „ , , -.-7 7 -•----— - -- i"--'-g?"." •,.1,-,ro- 1.... : - - ---," ''''...2?- ,,,-,. •••• ,, / ., ... ..: . e . .-4 -.- ;if* .'''' ' ' . '. • ' - •t., ..• . , ,It e - fi , ------...-.__'•- _... _ '_ _....,-1,.-„'_ , ,,...T•.* , ,..4 7,,,' t'4. • •:' -•‘. , ....... .„•,. ._- ._. ..... -. - ' 1 -..,4. 4 :: 4 WSDOT Parcel 322104 9110 • I - . .., i si, 1 . i- .` ,.;C.... , . • r . r . i / . - • .-t' '' . ' ' 1•• 1 V 1 ‘'''''' -5'. L.. ' rt • k ' . '"- • . ' • ' ' '‘..N."'• lit,"'",........"' •7,e.:, . - _ ..,: ., X 1 $ - //. ' ' ,..1 , • ‘ 14 •". 44. -41 ' 4 --' „ ',I",,, • .4` 1/44114‘ . , . '. ' :„.' ,, . A , , _., „.. .. I • ;7,, 1.-• • . ; . . . 4. • West Hylebos Creek Gravel Removal Project I Vicinity I CITY OF A Federal Way Sec. 32, T. 21N., R.4E., W.M. Federal Way King County I EXHIBIT "8" PAGEf3F._...1._ I aQ a y x '1 W k > z y a '' z S lea S• z a_— •!3,—; 1/!i; i s i e e e c� ,. • c> V I ey ad a w y e _ > �- t+ 5 ^b, -o. lin V N ;•..;.• S . W g Q 1 2 W• W 0 ,.„,7 �r1 l'111,1 F C ._.r ^ S 1: .. 1y 5 ¢ N :tl • LL �m�N 5 b 5 >L G .Q _�3A# N1B Z ; b cs, Z m 1 e �peltiN tY JJ ] I 1 r - --- - N ^ _ _ KING CO_ M 1"1 --_----- 66 bg PIE RCE CO s / G i / a ,�0 a I II t 1 ! I ik g',"",-4,--'1,--- 11 .36'X92 3„NG.01.10 M 1l 7 • I �1 Q X 1 Fi ;1 • 3 I �I g Q W DC I R '^ r • W CC 1 O VS I i ? 11 d K �' ., .r 7� !i! i s .� Fl ei. • g CCI 0 ' ha 1 °1 FR S z N 1 I "^ '..'!.:;!:g?--' .:;!:10 s "= 8 ............ ile N E:' „tc,st.lo s �a qq g ��F .•:' .GO•Mi E� 111 S .0,'. i 3y 0s 2!R M o a� $r Ii, : s .� ge II> � I '- 8 i p>5 "b t` b 8 IP - ;Ai P. s' t " 4. li, > t tTi3, ——r — — 4:1s i -'s �y gi`R .f I F O a 11360 1.1 N y i L 033 N�JO .#._yr r. 'W d r 015 •21. I t I :s - .....0M " aQ=sg' vl ,,..4.,:: liQg �.� 88 W .g i" "f18 . e0 7. =M 1 sd a g J ifi 1— W / 31: gJ1 i 1 . , S .4 t od I g 1... (11151fAI2 I I L.------ I < a a >W r s \ "<e 7 IJ < '_ M CNI InW > W -W u. a 0 CC : • .r O m N Z I— W ,••••:•• t!9� . N �al� HOj ✓\ Q LL )CC tr,CV i 1 4'910 s'aq9/44 I = srl I __ N M Y Y_I S W W @ 3 ----- - --- --------- KING_CO. r _ a #S c - - --- _ ` " �' PIERCE CO. o ¢ eb x tpf 1 111 I _ .41 Y I ��j�`O' 66 as lira 'I -_ Y I /'e`er "5`1 abr a 2 (= . - 411b5Yi 151E1[ 8YI ir141 G tl 1 i t1•4( _--44:_--1, ,116'169Z 3„6C,0 t.10 N W 'CV B I ,9P'1�9t ""rte Cl. oc.od =^=xw«^axo =M ^i o I:: z :g t o v �' : IiJ • I ,01.10 - • ' 3 .y • I g F-i 0 je;� r�� slii l= 111 i NI l ap-. z 1— m� RI i i1— I .-. .i i y-y. I41 0_ C I F. _ .� n enR _. S S 33yj xg LL z xjou;Cr I M SOB 7{ •Q I I. ■yp N N.4;‘,. N�1 F _ C ii Z •s�+3InCC aR I . g _ rR.� s —I i � I E 3 3„IZ,1I•10 N i I 2 i f. �L it! OCl9C n n 14 S I03WI4A02