Loading...
AG 18-089 RETURN TO: P\V ADMIN EXT: 2700 ID#: Z5 o CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/ SNfTQ.ce M,o ce'' ellaskoe,r1A..e-s'vt c� 2. ORIGINATING STAFF PERSON: Ke"ir S ; ^ EXT: Z3-5-3 3. DATE REQ.BY: '!/5/ (c� 3. TYPE OF DOCUMENT(CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,RFP,RFQ) o PUBLIC WORKS CONTRACT o SMALL OR LIMITED PUBLIC WORKS CONTRACT o PROFESSIONAL SERVICE AGREEMENT o MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE ❑ RESOLUTION NgCONTRACT AMENDMENT(AG#): l5"-O$q 0 INTERLOCAL 114 OTHER CohkracV 0%0413 e, Order O'9rCCv4C'f 4. PROJECT NAME: 0018 St'or rk "Dro.In CC.I V 2 ngpCcti a.( o ncL A s eSsegen 5. NAME OF CONTRACTOR: 015 OA Bro-eke rs ?VD 0•<- LGC ADDRESS: 6622. 11241, St E 9a.u11v�P 11.4 A '1.8393 TELEPHONE: $88-5'65--5665" E-MAIL: FAX: SIGNATURE NAE: W tS ley Broods TITLE: U 'C ?reSicPe.'4 6. EXHIBITS AND ATTACHMENTS:a SCOPE,WORK OR SERVICES 0 COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES ❑ PRIOR CONTRACT/AMENDMENTS CFW LICENSE# 0310 1691 BL,EXP. 12/31/19 UBI# (.OZ I4O 91-5 ,EXP. ( /31/2020 7. TERM: COMMENCEMENT DATE: q / 12 '/1 T A �} COMPLETION DATE: 24 5 .4 or k''4..2 J9S 8. TOTAL COMPENSATION:$ I Q S 5V7.5 7 C n.[7 (i/1(M�,,L(/11.j) (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 DRETAINAGE BOND PROVIDED o PURCHASING: PLEASE CHARGE To: 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL/DATE APPROVED 0 PROJECT MANAGER 5 '3 22 19 -A DIVISION MANAGER .f , 12.- 11f DEPUTY DIRECTOR . MriTrig o DIRECTOR o RISK MANAGEMENT (IF APPLICABLE) a LAW DEPT 4) '50g,d9 10. COUNCIL APPROVAL(IF APPLICABLE) SCHEDULED COMMITTEE DATE: COMMITTEE APPROVAL DATE: SCHEDULED COUNCIL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING /� th A alOUTINDATE SENT: L I `C-6 ,e--• DATE RE( L I o▪ ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,L ENSES,EXHIBITS o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED "-cr-lincrimeE-DEPKRTMETI" Alb N4 SIGNATORY(AAYORIRECTOR) /_��L11 \\ ASSIGNED AG# AG# t$-Q 4 SIGNED COPY RETURNED DATE SENT: 1.� ko.,412(,r MMENTS CO ' j1�_ (J NO chg..r46C fa 0r);.et I cOW AVesek ck.r4 c,v t . C kN.v�z 040" to e//Al Ai"e ea oterA. WOYIc for ctfi'Ve.Arety cc,1ve.✓fs and c4J cu.'vler-%. vic! ck 5cHeJlale riot awarded + .(I y. 2o1S CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 18-089 001 March 22,2019 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE 2018 Storm Drain CCTV Inspection and Assessment Olson Brothers Pro-Vac LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is❑Unchanged®Increased❑Decreased by 45 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$0 DECREASE$0 UNIT PRICE: There is no change to the original contract amount. Change order to eliminate camera work for driveway culverts and add camera work from a schedule not awarded initially. THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE 4-Schedule A CCTV Inspection in Local Roadway 15557 $0.65 - Delete 5-Schedule A CCTV Inspection in Collector Roadway 787 $0.73 - Delete 3-Schedule B CCTV Inspection in Local Roadway 19631 $0.79 - Delete 4-Schedule B CCTV Inspection in Collector Roadway 10248 $0.81 Delete 3-Schedule D CCTV Inspection in Local Roadway 11564 $0.78 _ Delete 4-Schedule D CCTV Inspection in Collector Roadway 598 $0.79 _ Delete 1-Schedule C Project Temporary Traffic Control 1 $3,400.00 Add 2-Schedule C Flaggers 40 $50.00 _ Add 3-Schedule C CCTV Inspection in Local Roadway 20000 $0.78 - Add 4-Schedule C CCTV Inspection in Collector Roadway 32228 $0.79 - Add TOTAL NET CONTRACT: INCREASE$0..Q0 DECREASE$00.00 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications,and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ 195,581.57 PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ Aei ONTRACTOR'S SIGNATURE DATE CHANGE ORDER AGREEMENT 1 Rev. 4/17 �/�z_ u\ 811c(DIREC OR'S SIGNATURE DATE Rev.4/17 ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑INCREASED $ N 1A ❑DECREASED $ N \A PAY THIS ADJUSTED AMOUNT: $ DI TOR'S SIGNATURE DATE , Rev.4/17 • CHANGE ORDER AGREEMENT 2 Rev. 4/17 00 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 "'1 0 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 > O O O a 0 O O 01 t0 V1 O 0 tO N a0 O O O1 to O Cl 0 N m O N ra - 0 0 Cl O N N 0 0 .-1 a tO 0 0 .-1 00 O1 0 0 01 cr Cr 0 0 01 01 01 N 2 O O V CO tD 10 O a O O 00 7p O Cr Ia O .-� 1, O V 01 I� .ti , O cr N 00 Iu ili U U1 .-1 Ol O t0 N . N Ol lO 01 U1 - .-1 0 N 01 N. ., .1 01 cF N 00 71 01 t0 N M 1. O .y tD V1 M 0 .. 01 .1 01 O N Ul CO t0 C .-I .-1 M to O ., CO N Cr is 'j I- ~ N . .1 M .. N F .'1 H N N M V1 0 -0 N - 00 m U1 C LVl0 VT VT VT T VT VT VT VT VT VT N VT VN N?VT VT UT VT VT VT VT VT VT VT VT C c a' C a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl 0 0 0. 0' 0 0 0 0 0 01 0 0 0 0 41 0 0 0 0 41 0 0 0 0 01 0 0 0 0 7, U O O u1 M t+f - w O to M M w 0 to M M Y U1 ri m - V O V1 t11 t.1 -o O B O O Nco S ry ro a O M A a S N a O M 1a m 'Cl.' 0 O N 0 O 01 0 O N 0 _ _ _ 0 VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT O 0 N 00 .•I 0 0 to tD 01 o O N N a O O M U1 CO 0 0 01 0 N a 0 0 ,0 V1 N 0 0 IN t0 M 0 O N N 01 0 O m 01 N 0 0 01 0 0 00 . 00 O O N N O O f. O 00 Cl Cl N V .1 O O M6 O O N 1. O O O 0 tV N O O lV CO l0 O O Ot In M - 0 0 CO u1 Cr O 01 ON N t0 0 V N Y N t0 .-I CO1. Y N ID Clu1 O N tD I. M COO O U1 yO. N TO M CO 0 N C a 0 a./ ,F .--I W O N tD V mo mi. M M o 0 N co' N P'1 O N t0 .-1 .ti 0 a' F- ul N N. F- to 00 .-1 F- ul M CO 1- m v1 T- Ot CO 00 v - .•1 .-I LII [10- .8 VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT VT to VT VT VT VT VT N VT VT VT VT m 00 Cl Cl 0M O O 0 m O O 0M O O . M Cl Cl0 M C 0 0 - 500 - 5 0 0 . 5000 . 8 0 0 . -u Out .-1 .-i ,'- O U '�1 .-1 .-1 •- O ui ., .-1 •- O ut .-I ., - .- O U1 .--I .-I T. m 0. Cl to 0 Cl to 0. Cl to `0 a Cl ID Q. Cl to D_ r N O ✓ N O w N O r N 0 .. N O C I- I-I- C I- C ~ Ctu m = UT VT VT VT TR = VT VT in to = VI-VT VT VT = VT VT VT VT = VT VT VT VT 0 0 0 N 00 0 Cl Cl CO N 0 Cl Cl N 00 t0 0 Cl 00 0 CO 0 0 00 10 0 00 W O O O t0 'c' m O O I. N U1 O O 01 N .1 O O M 00 I. O O N 01 to U Q 0 N 01 N Cl O t0 00 N O Cl .-I tD 00 O O l0 00 00 O Cl m M tO N t.+ 8 0 0 o0T. 000010 O O .-1 O .+ - O CI TO 1. 00 O O 00 m N. ry G00 01 .-I M 00 00 M O tO y W 00 N UT T y CO 00 Ot 00 t0 2 O 00 O m n M U1 00 U1U1 O0 Ot 0 00 ul '0 00 R M0 0 C u- N 0 M 0 00 tri N O1 .•i H C .-1 N (- U1 m 0 F- 00 N 00 I- M to F- 00 tO t0 CO -o 61 1-17 .-1 .•1 a d 1 VT VT in UT VT VT VT VT VT VT VT VT to VT VT VT VT to VT VT VT VT VT VT VT .n.n Y C c m b . OJ N 0 .. y O O O to 0 O O 00 D 0 Cl UD TO Cl Cl t0 ID 0 Cl TO t0 O O 00 01 yOOCO01 8 O O co 01 'a- 00OMu1 O O 0C o QOtoOO0C O u1 O O - O UO O0 O UO O -N CO .. 00MClma00MN OCO .•1 O - O . O . .-. O0 . 0O N OC U1 R C V 1- z cF z ,F _ V « Q a = vT vT vT vT vT = vT,/,,n,,/, v}In--LIT= vT vT vT.n Cl Cl T vT in-in in 17 0 0 0 ut 00 01 0 0 N N O1 Cl Cl 10 t0 N Cl Cl Cr U1 m 0 0 .-I 1. CO N C o 0 0 u1 m CO 0 0 LD 00 0 0 0 .--1 N 00 0 0 0- CO U1 0 0 N CO 0 0 CO Cl(0 O O M O1 N _ Cl Cl m N t0 Cl O tD 00 O O Cl Ot N N O Cl u1 n M - 0 0 0 to M 01 O O N 00 tO - 0 0 0 Ut tD - 0 0 Ot N N - 0 0 tD !. M 00 O o , 0 00 0 1. co m f0 a 0 I. N .�. V O O 00 CO .^'. V O co tD 0 .�. 00 O m I. u1 Ol 0 OO M N N O M N .-I N Qf 0 m N M Q1 0 m N 01 a0 M 0 M N U1 U1 t0 y Ol o_ 1- M Lc, 0 U1 m 00 1- 00 N ID F- N 00 1- N Ut CO 0 u• Cl .. a 0. o 3 L en en VT VT VT VT to VT VT VT VT VT VT VT VT VT VT VT VT V, VT VT to VT VT VT VT 0 • .--I JO 0 0 0 U1 m O Cl O1 0 Cl CO 01 Cl Cl 00 01 Cl 0 01 IN ~ 02 m 8 0 0 0 tD N - u O O N 00 V Cl Cl N N u Cl Cl 1. N - 8 Cl Cl 1 1 m F-2 o O o 0 o O o O O 0 0 0 o A o 0 0 o O o 0 0 - co Q. Cl Cl ut 1° 4. o to 0. 0 to Cla` to f° a` o to ^' a U <* v o .. 00 0 ,t- .. o ... 00 0 00 o .. U O E oo m - 'c m F- •E - « 'E m F- •E m C = V?VT V}V}V} = VT VT VT VT = V)V)V1 VT = VT V}V1 VT = VT in VT VT co 1 >r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q 0 0 0 U1 0 U1 O O u1 O to 0 0 0 0 0 0 O IR ut O 0 O LI0 ul 0 0 E O O O m m O p 01 0 O O t0 00 m O O tD 1. C O O m ut O N y O O O M 00 0 G M 00 1. - O O N 00 C2, - O O t0 u1 N - O O m .t t0 0 o a r. v tD 3 o v 1. CO m „'o, o v ro to �O o v v o „'o, o c to N m o O O rn N t0 Ol .-1 0 N N N 01 t0 O N N t0 u1 0 N N Ili' U1 at" O N N t0 O .•1 Y E N 0 1- M 0 (- N 00 1-• N 1- 00 m 00 1. V1 - N 00 Li! VT VT VT VT VT VT N VT to VT N VT VT VT VT VT VT VT VT VT N VT VT VT VT VT VT 1-1 LAO y v 0 0 0 0 0 0 0 0 0 0 00 Cl O O O 0 0 0 0 N 0 400011000 woo , , a' 0 0 U1 U1 01 0 0 u1 u1 O' c .� 00 00 o 0 0 U 0 0 0 0 - = o 0 0 0 - - 0 0 0 0 - .2 0 0 0 0 - a O o O. 00 tD N a Oo tp N 75, w 00 l0 co a O tD D L-1.1 O m 1.0 N N N 0 N 15 L = O = _ Cl - - VT VT UT UT VT in VT VT(n VT VT VT VT VT V•VT VT VT VT VT VT Q N 00 M N N 00 m U1 01 ., o rn > o V 00 Y o Q t'D T O tNr1 t.D 0 m m T O 01 o �y v m d ~ c nc m 1-- v `LA' o a CO' o1 Cr v m ~ 1- H F- F- 1.- 2 _� f 0 J Z J T J J Z _0 .. .J Z J Z = V1 Vl _ J ' _ _ _ LL = _ J = _ C T T > > T 3 3 3 3 3 o .a o m o ' o A o (13 Z:',.. 3 0 3 0 - S o - ; o - .. S o - C - a z c v s -0o `off Ev° o of ij oIF 73. °' = g. m y an d - m a -u O v c. t' o y m J U m F- J V m F..c c 2 c c r•c c m c c fO p o 0 0 0 0 o Em a a a a. �w o f 01 y E y y E a d E y a E a v a)tv a o. a a s m a s a1 a o. m o. a ,.° r IU e 8p C C u e�p C C u t C C t 'al rC C . t_ C FC V U Q O O tm0 m O` n U g O A V u, O 1 d 2aLLuu w o iuu d aSuu v o tZuu °' a` t_ uu vA • * 7A ' 00 � � 9 V d £ .. N m 00 n d £ N m 00 E ry m 00 v E N m 00 "' E .0 N M C u , u d u d u w LI °J N '-' In `-' VI �' to - an '-' I 1 I RETURN TO: PW ADMIN EXT: 2700 ID#: „397.6 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS/SLt 05-/./ /40✓✓jLaMG1/r 2. ORIGINATING STAFF PERSON: XI bout EXT: ..f753 3. DATE REQ.BY: 3/04 E ("46) 3. TYPE OF DOCUMENT(CHECK ONE): x CONTRACTOR SELECTION DOCUMENT(E.G.,RFB,REP,RFQ) ❑ PUBLIC WORKS CONTRACT 0 SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT o GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES/CDBG o REAL ESTATE DOCUMENT o SECURITY DOCUMENT(E.G.BOND RELATED DOCUMENTS) ❑ ORDINANCE 0 RESOLUTION o CONTRACT AMENDMENT(AG#): o INTERLOCAL o OTHER �1 4. PROJECT NAME: lois STa,P 1 2h 4,/ CSN fivsAinadA,?D4SscitMcNr 5. NAME OF CONTRACTORO( '}1 atlea-5 Pro-Vac/L L.C.' ADDRESS: 62(02-2. 11 Z St' E flBl.i(ree WA- 9 Fr 373 TELEPHONE:S-82. '�D(OGJ E-MAIL: 1 ��w/// FAX: ,1�,,� SIGNATURE NAME:`IVQSI* ff1-bOGr TITLE:V(!'2 �'siGLJW Lt 6. EXHIBITS AND ATTACHMENTS:` ❑ SCOPE,WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS/CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN 0 REQUIRED LICENSES 0 PRIOR CONTRACT/AMENDMENTS CFW LICENSE#4i (0/CACI BL, 114 EXP. 212/31/(g UBI#(Db •(7o•q75,EXP. I / I/Ll 7. TERM: COMMENCEMENT DATE: OU 1 r1' 4 COMPLETION DATE: '1-a? WO 1\\ pc I{ `7 8. TOTAL COMPENSATION: _` (INCLUDE EXPENSES AND SALES TAX,IFi 3 $ I 816-3- ) (IF CALCULATED ON HOURLY LABOR CHARGE-ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑YES 0 NO IF YES,MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: 0 Y S 0 NO I ES,$ PAID BY: o CONTRACTOR 0 CITY RETAINAGE: RETAINAGE AMOUNT:9 J- Un RETAINAGE AGREEMENT(SEE CONTRACT) OR X.ETAINAGE BOND PROVIDED PURCHASING: PLEASE CHARGE TO: )Q ►v to t -�1iei -371 _VC1) CAn l�1 9. DOCUMENT/CONTRACT REVIEW INITIAL/DATE REVIEWED INITIAL//�I ATE APPROVED X PROJECT MANAGER /i ®- lb ft/I' s DIVISION MANAGER ..11=1a2 i TAM= 4T DEPUTY DIRECTOR ili/ 3 ',-1\1t. ,ic ¢ DIRECTOR CIl"A".. ., ,.. ❑ RISK MANAGEMENT (IF APPLICABLE) / //� CA LAW DEPTsly4/4/ lv �D� jilgj!(S 10. COUNCIL APPROVAL(IF APPLICABLE) COMMITTEE APPROVAL DATE: 3/�,'1p/g' �g COOUNCILAPPROVAL DATE: 3/20_20/6O 6/ u-d 'fs it O/ 11. CONTRACT SIGNATURE ROUTING �7"1 t$ clAw VENT TO VENDOR/CONTRACTOR DATE SENT: 6 L Lis 1 t 415 ItsDATE REC'D: '// ' 5, • o ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE,LICENSES,EXHIBITS UC 1 g IC o CREATE ELECTRONIC REMINDER/NOTIFICATION FOR I MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT.SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL/DATE SIGNED all k,Leto' AW DEPT SIGNATORYCAYOOR DIRECTOR) sM CITY CLERK !!!!! taiiRii7fgl� ASSIGNED AG# AG# �r� 1a DATE SENT: XL RETURN ONE ORIGINAL COMMENTS: "FVJC EXECUTE" "ORIGINALS /Ndl>h ,14.{/.£,40M'm' IQ how.. Al/N!L� Route/At/ /S i sf,a (/1 0.94,lig )9,6 3 ee r*4 - Std . s) /b( nbv ✓ T 4/2017 L , 1 ORIGINAL CONTRACT #1 OF 3 CITY OFAgA. CITY CLERK Federal Way ' BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS FOR 2018 Storm Drain CCTV Inspection and Assessment I RFB # 18-009 I ' City of Federal Way Surface Water Management Division 33325 Eighth Avenue South ' Federal Way, WA 98003 ' Mailing Address: City of Federal Way 33325 8rh Ave S ' Federal Way, WA 98003-6325 1 2018 Storm Drain CCTV Inspection and Assessment RFB 18-009 Addendum No. 1 April 19, 2018 ATTENTION: All Bidders and Planholders You are hereby notified that in Addendum No. 1, the Bid and Contract Documents for "2018 Storm Drain CCTV Inspection and Assessment" are amended as follows: Bid Submittal Deadline and Bid Opening Date, Time and Location The bid submittal deadline and bid opening date, time and location are hereby postponed as follows: "Bid submittal deadline is postponed. The new deadline is 10:00 AM, May 1, 2018." "Bid opening is postponed. The new bid opening date, time, and location are 10:05 AM, May 1, 2018 in City Council chambers." "Deadline for questions concerning the description of the work contained in the contract document is also postponed. The new deadline is Tuesday, April 24, 2018. Questions must be received by the City on or before this date." All bidders are required to acknowledge receipt of this addendum on page 24, Attachment B, Bid Form. Failure to acknowledge receipt of the addendum may cause rejection of the bid. CITY OF FEDERAL WAY OVAIP Tony Doucette, PE SWM Project Engineer 1 of 1 City of Federal Way Addendum No. 1 2018 Storm Drain CCTV Inspection and Assessment April 19, 2018 ' BID AND CONTRACT DOCUMENTS AND SPECIFICATIONS ' FOR ' 2018 Storm Drain CCTV Inspection and Assessment RFB # 18-009 1 Bids Accepted Until 3:00 p.m., April 26, 2018 Bids Opened 3:05 p.m., April 26, 2018 ' AT: City of Federal Way Nyberg Room ' 33325 Eighth Avenue South Federal Way, WA 98003 Prepared By: ' Public Works Department CITY OF FEDERAL WAY, WASHINGTON City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 2 2018 RFB ver. 1-18 r ' TABLE OF CONTENTS PAGE PUBLIC NOTICE — REQUEST FOR BIDS 4 ' BIDDER'S CHECKLIST 6 SECTION 1: INSTRUCTIONS TO BIDDERS 9 ' SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS 16 NO BID RESPONSE FORM (Attachment A) 22 ' BID FORM (Attachment B) 23 IBID SCHEDULE (Attachment C) 25 BID SIGNATURE PAGE (Attachment D) 26 ' BID BOND FORM (Attachment E) 27 ' SUBCONTRACTOR LIST (Attachment F) 28 COMBINED AFFIDAVIT AND CERTIFICATION FORM (Attachment G) 29 CONTRACTOR'S COMPLIANCE STATEMENT(Attachment H) 31 ' CONTRACTOR CERTIFICATION —WAGE LAW COMPLIANCE (Attachment I) 32 PUBLIC WORKS CONTRACT (Attachment 3) 33 (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 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 STATEMENT OF QUALIFICATIONS (Attachment K) 61 ' AMENDMENTS TO THE STANDARD SPECIFICATIONS GREEN PAGES ' SPECIAL PROVISIONS BLUE PAGES PREVAILING WAGES AND BENEFIT CODE KEY YELLOW PAGES City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 3 2018 ' RFB ver. 1-18 I CITY OF FEDERAL WAY I REQUEST FOR BIDS 2018 Storm Drain CCTV Inspection and Assessment RFB # 18-009 ISUBMITTAL OF SEALED BIDS: Notice is hereby given that the City of Federal Way, Washington, will receive sealed bids through I April 26, 2018, at 3:00 p.m., at the City Hall Purchasing Office or by US Mail at City of Federal Way, Purchasing Office, 33325 8th Avenue South, Federal Way, Washington 98003. Proposals received after 3:00 p.m. on said date will not be considered. IBID OPENING: All bids will be opened and read publicly aloud at 3:05 p.m. on April 26, 2018, at City Hall in the INyberg Room, 33325 8th Avenue South, Federal Way, Washington, for this RFB. All bid proposals shall be accompanied by a bid deposit by a cashier's or certified check, or Bid I Bond in an amount equal to five percent (5%) of the amount of such bid proposal. Should the successful bidder fail to enter into a contract and furnish satisfactory Performance Bond within the time stated in the specifications, the bid deposit or bond shall be forfeited to the City of Federal Way. I DESCRIPTION OF WORK: This project shall consist of: I Closed Circuit Television (CCTV) inspection of storm drain pipes within public right-of-way. IThe Contractor shall complete all work within 200 working days The bidder is urged to check the plans and contract provisions carefully. IAll 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 I documents must be directed to Tony Doucette, P.E., SWM Project Engineer, by email at tony.doucette©cityoffederalway.com, or by letter addressed to Tony Doucette, SWM Project Engineer prior to bid opening date. IBID DOCUMENTS: Free-of-charge access to project bid documents (plans, specifications, addenda, and Bidders List) is I provided to Prime Bidders, Subcontractors, and Vendors by going to www.bxwa.com and clicking on "Posted Projects," "Public Works," and "City of Federal Way." This online plan room provides Bidders with fully usable online documents with the ability to: download, view, print, order full/partial plan sets from numerous reprographic sources, and a free online digitizer/take-off tool. It is recommended that Bidders"Register" in order to receive automatic e-mail notification of future addendaandtoplace themselves "Self-Registerednot register on the Bidders List." Bidders that do g will not be automatically notified of addenda and will need to periodically check the on-line plan for Iaddenda 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, Washington. ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 4 2018 RFB ver. 1-18 I IThe City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49 C.F.R., Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally-assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that in any contract entered into pursuant to this advertisement, disadvantaged business enterprises as defined at 49 CFR Part 26 will be afforded full opportunity to submit bids in response to this I invitation and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. The City encourages minority and women-owned firms to submit bids consistent with the City's policy to insure that such firms are afforded the maximum practicable I opportunity to compete for and obtain public contracts. The Contractor will be required to comply with all local, State, and Federal laws and regulations I pertaining to equal employment opportunities. The City anticipates awarding this project to the successful bidder and intends to give Notice to I Proceed as soon as the Contract and all required associated documents are executed in full. Regardless of the date of award or Notice to Proceed, the Contractor must complete all work under this project within 200 working days. IRESERVATION OF RIGHTS: The City of Federal Way reserves the right to reject any and all bids, waive any informalities or I minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. No bidder may withdraw his or her bid after the hour set for the opening thereof unless the award is delayed for a period exceeding thirty (30) days. IDated the 10th day of April, 2018. Dates of Publication: Daily Journal of Commerce: April 12, 2018 IApril 19, 2018 Federal Way Mirror: April 13, 2018 I April 20, 2018 I I I 1 I ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 5 2018 RFB ver. 1-18 ' BIDDER'S CHECKLIST The bidder's attention is especially called to the following forms, which must be executed in full as required and submitted as part of the bid. Failure to comply shall result in rejection of any bid not so complying. Bid Form (Attachment B) ILl The Bid Form shall be completed and fully executed, including filling in the total bid amount. ' ❑ Bid Schedule (Attachment C) The unit prices shall be set forth in the space provided. ' ❑ Bid Signature Page (Attachment D) ' The Bid Signature Page shall be filled in and fully executed by the bidder. El 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 I percent (5%) of the total bid amount and shall be shown in both words and figures. El Subcontractor List (Attachment F) ' The Subcontractor List shall be filled in by the bidder. (This section may/may not apply) Combined Afdavit and Certification Form (Attachment G) ILl This form must be subscribed to and sworn before a Notary Public and notarized. ' ❑ Contractor's Compliance Statement (Attachment H) The Contractor's Compliance Statement shall be filled in and fully executed by the bidder. ❑ Contractor Certification —Wage Law Compliance (Attachment I) ' This form must be filled in and fully executed by the bidder. ❑ Statement of Qualifications (Attachment K) This form must be filled in and fully by the bidder. ' ❑ Contractor's Certificate of Registration The bidder shall provide a copy of Contractor's current registration with the State of ' Washington. City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 6 2018 RFB ver. 1-18 I ❑ Contractor's State Identification Numbers I The bidder shall a rovide copyof Contractor's current state unified business identifier p number and, as applicable, an employment security department number and state excise I tax registration number. I I I I I I I I I I I I I I ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 7 2018 RFB ver. 1-18 I ISUCCESSFUL 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: I ❑ Public Works Contract (Attachment 7) I The successful bidder will fully execute and deliver to the City the 2018 Storm Drain CCTV Inspection and Assessment Public Works Contract ("Contract") from these Bid Documents. I ❑ Contractor's Retainage Option (Exhibit C) The successful bidder will fully execute and deliver to the City the Contractor's Retainage Option. ❑ Contractor's Retainage Bond (Exhibit D)—If Applicable IIf the retainage bond option is chosen, then the successful bidder will fully execute and deliver to the City the Contractor's Retainage Bond. I ❑ Notice to Labor Unions or Other Employment Organizations Nondiscrimination in Employment (Exhibit E) IIf 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) ILl The successful bidder will provide a fully executed Performance/Payment Bond as appropriate. I ❑ Business License I The successful bidder will provide a copy of a current Business License with the City of Federal Way. 1 I I ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 8 2018 RFB ver. 1-18 ' SECTION 1: INSTRUCTIONS TO BIDDERS 1-1 Time and Place for Submission and Opening of Bids ' Sealed bids must be submitted by 3:00 p.m. local time on April 26, 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 Council Chambers on April 26, 2018, at 3:05 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. 1-5 Modification of Bid ' A modification of a bid already received will be considered only if the modification is received prior to the time announced for bid opening. All modifications shall be made in writing, executed, and submitted in the same form and manner as the original bid. ' City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 9 2018 RFB ver. 1-18 ' 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 Tony Doucette, P.E., SWM Engineer, by email at Itony.doucette@cityoffederalway.com, or by letter addressed to Tony Doucette, P.E., SWM Engineer. The questions must be received by the City on or before April 19, 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 t as required by law. The offer shall remain in effect ninety (90) days after the bid opening. In the event of a discrepancy between a unit price and an extended amount and/or the total price, the unit price will govern and the extended amount and/or total price will be ' corrected accordingly; however, downward correction of a bid, which would displace the apparent low bidder, will only be permitted if the error made and the intended bid price can be determined solely from the bid documents. City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 10 2018 ' RFB ver. 1-18 I 1-10 Postponement of Bid Opening I The Cityreserves the right to postpone the date and time for the opening of bids by 9 P p p 9 announcing such postponement at any time prior to the date and time announced in these I documents. Rejection of Bids Il-il 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 I 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 I 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 I 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. IB. 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. I1-12 Alterations to Documents Prohibited IAny 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 Itelephonic bids or modifications will be considered. 1-13 Disqualification of Bidder IIf, 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 Irequired to submit the Affidavit of Non-Collusion (Attachment G) with their bids. 1-14 Evaluation of Bids IIt 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 Idocumentation demonstrating compliance with the criteria. A. Responsiveness — The bidder must complete all required forms and bid documents and I provide all required and requested information. Refusal to provide such information may cause the bid to be rejected. The City will consider all the material submitted by the bidder to determine whether the bid is in compliance with the bid terms and documents and responsive to the requested work. I 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 I City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 11 2018 RFB ver. 1-18 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; Not d. be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). e. Within a three-year period immediately preceding the date of the bid solicitation, the bidder shall not be a willful violator, as defined in RCW 49.48.082, of any provision of Chapters 49.46, 49.48, or 49.52 RCW, as determined by a final t 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. d. The bidder must comply with the supplemental criteria contained in Section 1-02.1(2) of the special provisions. ' 3. As evidence that the bidder meets the supplemental bidder responsibility criteria in paragraph (B)(2) above, the apparent low bidder must submit the following ' documentation to the City within 48 hours of the bid opening. The City reserves the right to request such documentation from other bidders also. Refusal to provide such information upon request may cause the bid to be rejected. a. The bidder shall submit a list of the public works projects completed within ' the previous three years and include for each project the following information; the owner and contact information for the owner; a list of claims filed against the retainage, payment, or performance bond for any of the ' City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 12 2018 RFB ver. 1-18 I I 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: I 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 I performance of each project. The information should include any information regarding performance in the following areas; quality control; safety record; timeliness of performance; use of skilled personnel; management of I subcontractors; availability of and use of appropriate equipment; compliance with contract documents; management of submittals process, change orders, and close-out. I 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. I d. Under penalty of perjury, the bidder shall provide certification that the bidder is in compliance with the responsible bidder criteria in section 1-14(B)(2)(d) and referenced wage payment statutes under RCW 39.04.350(1)(g) and (2). I4. If the City determines the bidder does not meet the bidder responsibility criteria in paragraph (B)(2) above and is therefore not a responsible bidder, the City shall notify the bidder in writing with the reasons for its determination. If the bidder Idisagrees 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 I 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 Ibe not responsible has received the final determination. Lowest Bid —The lowest bid shall be determined as set forth on the Bid Form. IC. 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 I 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. I1-15 Procedures When Only One Bid is Received 1 i 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 Ireserves the right to reject such bid. 1-16 Bid Documents IBidders are required to submit with the bid package the following: ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 13 2018 I RFB ver. 1-18 I IA. Attachment A— No Bid Response Form, if applicable. B. Attachment B— Bid Form. IC. Attachment C— Bid Schedule. Attachment D— Bid Signature Page. ID. E. Attachment E— Bid Bond Form. IF. Attachment F— Subcontractor List, if applicable. G. Attachment G—Combined Affidavit and Certification Form. H. Attachment H— Contractor's Compliance Statement. II. Attachment I— Contractor Certification —Wage Law Compliance. 1-17 Conflicts of Interest and Noncompetitive Practices IBy submitting a bid, the Contractor agrees as follows: I A. Conflict of Interest — That it has no direct or indirect pecuniary or proprietary interest, that it shall not acquire any interest which conflicts in any manner or degree with the work, services, equipment or materials required to be performed and/or provided under this contract and that it shall not employ any person or agent having any such interests. I I 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 Ithe City may require. B. Contingent Fees and Gratuities I1. 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 I secure this contract with an agreement or understanding that a commission, percentage, brokerage, or contingent fee would be paid; and I 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 I 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. I1-18 Bid Security No bid will be considered unless accompanied by either a cashier's or certified check in an Iamount equal to five percent (5%) of the Total Bid Price as indicated on Attachment B, "Bid Form,"or a bid bond in the form of Attachment E or a letter of credit for a like amount. The check or bond shall be payable to the City; it shall be forfeited as fixed and liquidated ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 14 2018 RFB ver. 1-18 ' 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, published by the Office of the Insurance Commissioner. The scope of the Performance/Payment Bond (Exhibit G) shall in no way affect or alter the liabilities of the Contractor to the City under Section 8"Indemnification"of the Public Works Contract. ' The City may require the surety company to appear and qualify itself upon the bond. If, at any time, the City determines in its sole judgment that the surety company is insufficient, ' the City may require the Contractor to furnish additional surety in form and arrangement satisfactory to the City and in an amount not exceeding that originally required. The Contractor shall submit a performance bond complying with the requirements of this ' paragraph within ten (10) days after the award is made. Payments will not be made on the Contract until sufficient surety as required is furnished. ' 1-20 Bid Dispute A. Any actual or prospective bidder, including sub-contractors and suppliers showing a ' substantial economic interest in this contract who is aggrieved in connection with the solicitation or award of this contract, may protest to the City in accordance with the procedures set forth herein. Protests based on the specifications or other terms in the ' contract documents, which are apparent prior to the date established for submittal of bids, shall be submitted not later than ten (10) calendar days prior to said date, or shall be deemed waived. All other protests shall be accepted only from actual bidders and shall ' be submitted within five (5) calendar days after the aggrieved person knows or should City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 15 2018 ' RFB ver. 1-18 ' 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 - 2018 Storm Drain CCTV Inspection and Assessment ' RFB # 18-009 C. Upon receipt of a written protest, the City will promptly consider the protest. The City ' may give notice of the protest and its basis to other persons, including bidders involved in or affected by the protest; such other persons may be given an opportunity to submit their views and relevant information. If the protest is not resolved by mutual agreement ' of the aggrieved person and the City, the City will promptly issue a decision in writing stating the reasons for the action taken and informing the aggrieved person of his or her right to appeal the decision to the Mayor or his or her designee. A copy of the decision shall be mailed (by certified mail, return receipt requested) or otherwise promptly ' furnished to the aggrieved person and any other interested parties who requested a copy of the decision. The decision will be considered final and conclusive unless ' appealed within five (5) calendar days after receipt of the decision to the Mayor or his or her designee. If the decision is appealed, then the subsequent determination of the Mayor or his or her designee shall issue within five (5) days of the Mayor's receipt of the appeal and shall be final and conclusive. ' D. Failure to comply with these protest procedures will render a protest untimely or inadequate and shall result in rejection thereof by the City. ' SECTION 2: GENERAL CONTRACTUAL TERMS AND CONDITIONS ' 2-1 Administration This contract will be between the City and the Contractor who will be responsible for ' delivering all equipment and performing all work and services described herein. The City is not party to defining the division of work between the Contractor and the Contractor's subcontractors, if any, and the specifications have not been written with this intent. ' The Contractor represents that it has or will obtain all personnel and equipment required to perform the services hereunder. Such personnel shall not be employees of the City. ' The Contractor's performance under this contract will be monitored and reviewed by Tony Doucette, P.E., SWM Project Engineer. Questions by the Contractor regarding interpretation of the terms, provisions and requirements of this contract shall be addressed to Tony Doucette, P.E., SWM Project Engineer, for response. City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 16 2018 ' RFB ver. 1-18 I 2-2 Proof of Compliance with Contract I 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, I submit to the City properly authenticated documents or other satisfactory proofs as to the Contractor's compliance with such requirements. I2-3 Contract Documents and Precedence The documents embodying the legally binding obligations between the City and the I Contractor for completion of the work consist of the following: The City's Request for Bid, Bidder's Checklist, Instructions to Bidders, General Contractual Terms and Conditions, Bid Form, Bid Signature Page, Bid Bond, Subcontractor List, Combined Affidavit and Certification I Form, Contractor's Compliance Statement, Contractor Certification Wage Law Compliance — Responsibility Criteria, 2018 Storm Drain CCTV Inspection and Assessment Project Contract including all exhibits, Addenda and Change Orders, 2018 Storm Drain CCTV Inspection and I Assessment Special Provisions, contract plans, applicable amendments to the WSDOT Standard Specifications for Road, Bridge and Municipal Construction ("Standard Specifications"), and all other Appendices attached hereto and incorporated by this I 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 I documents, the City will issue an interpretation regarding the controlling provision, which interpretation shall be binding. 2-4 Charges to Contractor ICharges 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 I 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. I2-5 Change Orders The City may, at any time, without notice to the sureties, by written order designated or I indicated to be a change order, make any change in the specifications within the scope of this contract. Oral orders will not be binding on the City unless confirmed in writing by the City. Except as provided herein, no order, statement, or conduct of the City will be treated Ias 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 I 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 Igives 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 I 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 ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 17 2018 i RFB ver. 1-18 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, 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 City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 18 2018 ' RFB ver. 1-18 I the other party. This contract shall be binding upon and inure to the benefit of the I successors of the parties. 2-12 Applicable Law and Forum I 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 I 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. I2-13 Hazardous Chemical Communication In order to comply with WAC 296-62-054, Hazard Communication, the Contractor shall I 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. IInclude the following information in the MSDS: I A. Chemical Abstract Service (CAS) numbers for every chemical that is listed in the MSDS. I 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. A statement as to the intended use of the product. IC. 2-14 Delivery and Liquidated Damages I 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 I delayed beyond the specific date(s), damage will be sustained by the City. Because of the difficulty in computing the actual damages and disadvantages to the City, and as a reasonable forecast of actual damages which the City will suffer by the delay in delivery, the I 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 I any payment owing to the Contractor, any liquidated damages, which may be incurred by the Contractor pursuant to this paragraph. I 2-15 Force Majeure The Contractor's or City's failure to perform any of its obligations under this contract shall I 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. I ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 19 2018 I RFB ver. 1-18 ' 2-16 Patents, Copyrights and Rights in Data Any patentable result or material suitable for copyright arising out of this contract shall be owned by and made available to the City for public use, unless the City shall, in a specific ' case where it is legally permissible, determine that it is in the public interest that it not be so owned or available. The Contractor agrees that the ownership of any plans, drawings, designs, specifications, computer programs, technical reports, operating manuals, calculations, notes and other work submitted or which is specified to be delivered under this contract, whether or not ' complete (referred to in this subsection as "Subject Data"), shall be vested in the City or such other local, state or federal agency, if any, as may be provided by separate contract with the City. ' All such Subject Data furnished by the Contractor pursuant to this contract, other than documents exclusively for internal use by the City, shall carry such notations on the front ' cover or a title page (or in such case of maps, in the same block) as may be requested by the City. The Contractor shall also place their endorsement on all Subject Data furnished by them. All such identification details shall be subject to approval by the City prior to printing. The Contractor shall ensure that substantially the foregoing paragraphs are included in each subcontract for the work on the project. 2-17 Patents and Royalties ' The costs involved in license fees, royalties or in defending claims for any patented invention, article, process or method that may be used in or connected with the work under this contract or with the use of complete work by the City, shall be paid by the Contractor. The Contractor and the Contractor's sureties shall, at their own cost, defend, indemnify and ' hold the City, together with its officers and employees, harmless against any and all demands made for such fees, royalties or claims brought or made by the holder of any invention or patent. Before final payment is made on the account of this contract, the Contractor shall, if requested by the City, furnish acceptable proof of a proper release of the City, its officers, agents and employees from all such fees or claims. Should the Contractor, its agent, servants or employees, or any of them be enjoined from furnishing or using any invention, article, material, computer programs or equipment supplied or required to be supplied or used under the contract, the Contractor shall ' promptly substitute other articles, materials, computer programs or equipment in lieu thereof of equal efficiency, quality, finish, suitability and market value, and satisfactory in all respects to the City. ' 2-18 Disagreements, Disputes, Claims, and Appeals ' If any disagreements occur with anything required in a change order, another written order, or an oral order from the Project Engineer, including any direction, instruction, interpretation, or determination by the Project Engineer, the Contractor shall follow the ' procedures outlined in Standard Specification Sections 1-04.5 and 1-09.11, which are incorporated by this reference. City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 20 2018 RFB ver. 1-18 I By failing to follow the procedures of Sections 1-04.5 and 1-09.11, the Contractor I completely waives any claims for protested Work. Any claims or causes of action shall be brought only in the Superior Court for King County, I Washington. 2-19 Recycled Products IThe 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 I 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 I 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 I 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 Ibid award, in the event of a bidder's protest, or other challenge to the bid accepted. 1 I 1 1 ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 21 2018 I RFB ver. 1-18 I Attachment A INO 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 I by the date and time specified for the bid opening as indicated in Section 1-1. Failure to return this form, if not submitting a formal bid, may result in your firm being disqualified from future City projects. IBid Number: RFB No. 18-009 IBid Title: 2018 Storm Drain CCTV Inspection and Assessment ❑ Cannot comply with specifications. I ❑ Cannot meet delivery requirement. I ❑ Do not regularly manufacture or sell the type of commodity involved. ❑ Other (please specify). I Explanation of reason (s)(s) checked: ICheck one of the following: ❑ WE DO I ❑ WE DO NOT desire to be retained on the mailing list for future procurements of this commodity. IFirm Name: I Address: Phone: I Signature Date I NameYp or Print T e Title ( ) 1 II I City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 22 2018 RFB ver. 1-18 Attachment B BID FORM CITY OF FEDERAL WAY 2018 Storm Drain CCTV Inspection and Assessment BID FORM Bidder: Olson Brothers Pro-Vac Date: 4/26/2018 ITEM BID AMOUNT A) Schedule A $ 62,392.89 B) Schedule B $ 89,266.09 C) Schedule C $ 69,864.42 D) Schedule D $ 43,922.59 E) Schedule E $ 136,537.08 TOTAL BID AMOUNT $ 401,983.07 (including Washington State sales tax, all other 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 2018 Storm Drain CCTV Inspection and Assessment, and other documents relating thereto, the undersigned has carefully examined all of the bid and contract documents as the premises and conditions affecting the delivery, supply and maintenance of 2018 Storm Drain CCTV Inspection and Maintenance, and hereby proposes to furnish all labor, materials and perform all work as required in strict accordance with the contract documents, for the above-referenced amount, inclusive of Washington State sales tax and all other government taxes, assessments and charges as required by law. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount bid is attached hereto, which it is agreed shall be collected and retained by the City as liquidated damages in the event this bid is accepted by the City within forty-five (45) calendar days after the day of the bid opening and the undersigned fails to execute the 2018 Storm Drain CCTV Inspection and Assessment 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. Four Hundred and one Thousand Nine hundred Eighty-Three Dollars and Seven Cents Bond or Certified Check Dollars ($ 401,983.07 ) The Bidder shall complete this entire Bid Form or this bid may be considered non-responsive. The City may correct obvious mathematical errors. The City of Federal Way reserves the right to reject any and all bids, waive any informalities or minor irregularities in the bidding, and determine which bid or bidder meets the criteria set forth in the bid documents. City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 23 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Receipt of the following Addendums is hereby acknowledged: Addendum No. 1 Date Issued: April 19, 2018 Addendum No. Date Issued: Addendum No. Date Issued: Corporation Olson Brothers Pro-Vac Corporation Firm Name OLSONBP985J2 4_ Bidder's State License No. Signature 602-170-8975 V.P. Bidder's State Tax No. Title Olson Brothers Pro-Vac 6622 112th Street East Puyallup, WA. 98373 City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 24 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment C BID SCHEDULE Schedule A Item# Bid Item UNIT QTY Unit Price Total 1 Mobilization _ LS 1 8,400.00 8,400.00 2 Project Temporary Traffic Control LS 1 3,400.00 3,400.00 3 Flaggers HR 40 50.00 2,000.00 4 CCTV Inspection in Local Roadway LF 53,467 0.65 34,753.55 5 CCTV Inspection in Collector Roadway LF 18,958 0.73 13,839.34 Total Schedule B Item# Bid Item UNIT QTY 1 Project Temporary Traffic Control LS 1 3,400.00 3,400.00 2 Flaggers HR 40 50.00 2,000.00 3 CCTV Inspection in Local Roadway _ LF 65,473 0.79 51,723.67 4 CCTV Inspection in Collector Roadway LF 39,682 0.81 32,142.42 Total Schedule C Item it Bid Item UNIT QTY 1 Project Temporary Traffic Control LS 1 3,400.00 3,400.00 2 Flaggers HR 40 50.00 2,000.00 3 CCTV Inspection in Local Roadway LF 52,572 0.78 41,006.16 4 CCTV Inspection in Collector Roadway LF 29,694 0.79 23,458.26 Total I Schedule D Item# Bid Item UNIT QTY 1 Project Temporary Traffic Control LS _ 1 3,400.00 3,400.00 2 Flaggers HR 40 50.00 2,000.00 3 CCTV Inspection in Local Roadway LF 38,333 0.78 29,899.74 4 CCTV Inspection in Collector Roadway LF 10,915 0.79 8,622.85 Total Schedule E Item# Bid Item UNIT QTY 1 Project Temporary Traffic Control LS 1 3,400.00 3,400.00 2 Flaggers _ HR 40 50.00 2,000.00 3 CCTV Inspection in Local Roadway LF 95,399 0.79 75,362.21 4 CCTV Inspection in Collector Roadway LF 72,431 0.77 55,771.87 Total City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 25 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment D BID SIGNATURE PAGE Date: 4/26/2018 The undersigned bidder hereby proposes and agrees to deliver the equipment and/or services pursuant to the 2018 Storm Drain CCN Inspection and Assessment and comply with all other terms and conditions of the contract and bid documents of RFB 18-009. No bidder may withdraw his/her bid for a period of ninety (90) days after the day of bid opening. The required bid security consisting of a certified check, bid bond, or cashier's check in an amount of not less than five percent (5%) of the total amount will be delivered to the City. The undersigned individual represents and warrants that he or she is dully authorized to execute the bid and all bid documents on behalf of any partnership,joint venture or corporation. Corporation Olson Brothers Pro-Vac Corporation/Partnership/Individual Company (Delete Two) By: C: I,73(7 (Signature) Wesley Brood (Printed Name) Its: V.P. (Title) 6622 112th Street East Puyallup, WA. 98373 (Address) 253-435-4328 (Telephone Number) City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 26 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal i Attachment E BID BOND FORM Herewith find deposit in the form of a certified check, cashier's check, cash, or bid bond in the amount of$ , which amount is not less than five percent (5%) of the total bid. BID BOND KNOW ALL PERSONS BY THESE PRESENTS that we, Olson Brothers Pro-Vac, LLC , as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held and firmly bound unto the City of Federal Way, as Obligee, in the penal sum of Five Percent(5%)of 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: 2018 Storm Drain CCN Inspection and Assessment 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 1st DAY OF May , 2018. Olson Bcothers Pro-Vac, LLC Princibal r -su•J, - ,d Sur- • •_ ,, e rica le cM, . y .,' ' Surety C '. • r. :`. •A,64 bysi ,. ,,p�er,, � Date: I IV 7, P' ' ' r t Received return of deposit in the sum of$ '`•�. • r7�'k"' ''i, 4,-- • City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 27 2018 RFB ver. 1-18 Travelers Casualty and Surety Company of America .Ai► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Carley Espiritu,of Tacoma,Washington,their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. 4114 .Jv.TY A,YO• t µ�yyye� Or `.1* WN a -COM.- Witiatoi �O "i State of Connecticut By: City of Hartford ss. Robert L.Raney,Se ofrl"r Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. a My Commission expires the 30th day of June,2021 C ���outuii- 1r t Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary •irT1;;w" ualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Compac,(Oh . .> e above and foregoing is a true and correct copy of the Power of Attorney executed b said Companies,which re ain =II � , , d °-- A„ Dated this day of .. ` �1 . �r ciebosi OG &$.„ �J '�, 1 2 Wri { Kevin E.Hughes,Ass�cretary To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. Attachment F SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 2018 Storm Drain CCTV Inspection and Assessment Failure to list subcontractors who are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, or identify the bidder for the work will result in your bid being non-responsive and therefore void. Subcontractors that are proposed to perform the work of heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW, must be named below, or name the bidder for the work. The bidder verifies that each first tier subcontractor, and every subcontractor of any tier that hires other subcontractors, has a current certificate of registration in compliance with chapter 18.27 RCW; a current Washington Unified Business Identifier(UBI) number; has Industrial Insurance (workers'compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; has a Washington Employment Security Department number, as required in Title 50 RCW, if applicable; has a Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; has an electrical contractor license, if required by Chapter 19.28 RCW, if applicable; has an elevator contractor license, if required by Chapter 70.87 RCW. The following listed bid items (listed in numerical sequence) for this project have been proposed for subcontracting to subcontractors as indicated. SUBCONTRACTOR ITEM NUMBERS ESTIMATED AMOUNT WMBE QUALIFIED? NAME (Y/N) N/A City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 28 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 29 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal DEBARMENT AFFIDAVIT I certify that, except as noted below, the firm, association or corporation or any person in a controlling capacity associated therewith or any position involving the administration of federal funds; is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past three (3) years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against said person, firm, association or corporation by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past three (3)years. AFFIDAVIT OF ELIGIBILITY The Contractor certifies that it is properly licensed and registered under the laws of the State of Washington and has not been determined to have been in violation of RCW 50.12.070(1)(b), RCW 51.16.070(1)(b), or RCW 82.32.070(2) within the last two years. The Contractor further certifies that it has not been determined, within the last one year, to have committed any combination of two of the following violations or infractions within a five-year period: (1)Violated RCW 51.48.020(1) or 51.48.103; or (2) Committed an infraction or violation under chapter 18.27 RCW. CERTIFICATION OF LAWFUL EMPLOYMENT The contractor hereby certifies that it has complied with all provisions of the Immigration and Nationality Act, now or as herein after amended, 8 USC Section 1101 et. seq., and that all employees, including subcontractor employees, are lawfully permitted to perform work in the United States as provided in this agreement with the City of Federal Way. FOR: Non-Collusion Affidavit, Assignment of Anti Trust Claims to Purchaser, Prevailing Wage Affidavit, Debarment Affidavit, Affidavit Of Eligibility, and Certification of Lawful Employment. 2018 Storm Drain CCTV Inspection and Assessment Name of Bidder's Firm Olson Brothers Pro-Vac • Ikkfiq 1.;gc--Ec.) Signature of'Authorized Representative of Bidder Subscribed and sworn to before me this G day of A v c.l , 200 �..•``�,NIE /30" 1. <€_ ct V\ e �0 Sr* � �gs�o� ,t•SI S (printed/typed name of notary) '�° NOTARy70.: Notary Public in and for the State of Washington My commission expires: 7, ZD 2-a tnA PUBLIC 1,2 yy°, OS WAS too City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 30 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment H CONTRACTOR'S COMPLIANCE STATEMENT (President's Executive Order #11246) Date: 4/26/2018 This statement relates to a proposal contract with the City of Federal Way named 2018 Storm Drain CCTV Inspection and Assessment I am the undersigned bidder or prospective contractor. I represent that: I El have, ❑ have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Olson Brothers Pro-Vac Name of Bidder By: 1 C % Sig nature V.P. Its: Title 6622 112th Street East Puyallup, WA. 98373 Address City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 31 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Attachment I Contractor Certification Wage Law Compliance— Responsibility Criteria FAILURE TO RETURN THIS CERTIFICATION AS PART OF THE BID PROPOSAL PACKAGE WILL MAKE THIS BID NONRESPONSIVE AND INELIGIBLE FOR AWARD. I hereby certify, under penalty of perjury under the laws of the State of Washington, on behalf of the firm identified below that, to the best of my knowledge and belief, this firm has NOT been determined by a final and binding citation and notice of assessment issued by the Washington State Department of Labor and industries or through a civil judgment entered by a court of limited or general jurisdiction to have willfully violated, as defined in RCW 49.48.082, any provision of Chapters 49.46, 49.48, and 49.52 RCW within three (3) years prior to the date of the Request for Bids. Bidder Name: Olson Brothers Pro-Vac, LLC Name of Contractor/Bidder—Print Full Legal Entity Name of Firm By: J cz- J Wesley Brood Signature of Authori ed Person Print Name of Person Making Certifications for Firm Title: V.P. Place: Puyallup, WA. Title of Person Signing Certificate Print City and State Where Signed Date: A-/-026 -C City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 32 2018 RFB ver. 1-18 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal - — I7*--.:14f-e441AAI44A0 l';*.•,* .,- ,' A.it,i3034-4".."•4c•-•-•;--.•,',IglI-A',A•IA, •II-A*,---•''''.AILAI'•,.i,,III,,"*AII*II.r-I,II.."-,I,.:'..t,'"";,.. ."'f.'...;•.:.4.II:Air.:-.,A"I***P-0-'..-.:0-...:07,,0t:70,0'000;iv0,:0:'-00,..;:0 I ,, . .„. . ,... ,. ''' -' '!;..-'i:.',''':.,''fi 1';!'",,'n.,'.;::l','„:':.,:.‘' ',,,''''.,,"','',•,'"' '' ',':,!',..,' ,"„'''":"''`';',-,"f-!"t';t',.... .,,,,,'',1—,,,,i''-.?°--,,,,•' '' —4.'°,'.°.',..!.• ,,,° ,'..`,"A °,'..,.,' ,„,, . ". , i% .1 I i 2 g 121 m - . 0 I I e t il 4 P I ii.4 /lilt lilli I I: ..; I N i i s r— 0 CV csi --- , o a) .s.. .,., @ CO 0 0 0 c,‘w4 ';',,:„,, I. ..,.. •• r- a) wV 1 ! I $ 8 glik ol %— ..... co .. 0 a) 0 t ' 0, Ilk a) 0 cz 00:0, 11111 pzi .Wi W g% u) %_ = 0 0 0 GI 0 0 la 1 i .,:,--.-•-k L1J •— •--.I*I4I., < x k\ 1 ! I U Ili R I 5 kfl CD E < . ., ._ "I i 2 0 U I vt P. g I — cc " - ... ,.. ..... „..:,....„,-.:,,..,, 2 Ilk ; II,.I II • .2 4-, 2 ye , ""4, -141k • I • - //NS) :44 'I ''l, - • „,, , .... ... - # . , r z . : I 1 , , , qi ' I , , $ ; ' ,i ' 4... . , • .‘„ II, ,A- AA.i. - • . * 111 &)11111111114 . ,. . If* .4••••%•,,,,,,,,, v4,,,A.;•44,....A.,`:AA4A4`44-....,A,A4.104f,,AwAl,,-40,,,,‘;;;#4•44414••••,4,44..A4v,i,o,:-.**:"'•1".';A•••:-.„,-*..4.4,,,,:..,-.;*,:4*,,,w,,,14,.„.•;,..,,,,.„ .., • -A- -•.I.-.4.!---*:':,'-'•:?.-• - - -t•i •A‘..•,-•,, 2, . - , '`.:,**,', ..., .,•*, ,*",”•„,*•,,•••,:-•,',.AA.:;.44',A'.:,;A:•••••,•"',II*;:: :'i.."I",,,A4-;..;:,,,,I''',, ,II",-II,Ili';i•Pit.c.:';:i',•!.,:-.;IIII;',I,I;`;1•,-,Y,•,.J:.,.i,,,...•,,,;,-.4,,, , . ,, /, ,,,,,,,,,,,,,,[:.•:, , • .. . • .. A. •, . , -. . ..., ..,,.• . ?• ...,. . ,. .• • ., „ • ,A . I i i SI Ilk 11 kb i ' 1 i I.-- O O p NN O d7 ppI�7 r O g 4� C Z-6 cg hi g s cis 1 t 7in Iii co o o . "i11 32 4-1 O O 41 i a: Is ,_ g 6011114 t. it s.. '.g o_ ,_ RS LLJ X k1/4 I : I w CU 9 m k a I. t con z ll c 1 % R cn 1 w Ilk .1 t — 4 4 Au 1r i I • # ! 1 I (S)11.114114 . 11i i 'l. U C) �J ..J - /: v= oa trs n G CA N el 04 a.. -vac r- N W fir, > .0 .0 N � Z r- O • t; D r- c tiD Cn Q t'�! intv ° a p o G C.) 4 '3 . O obi)027 U tua Ww Y. U U c � c O ,„ 4» d• C/aM �o o c:4T : W W Q T E— o a" Q 0I— D0. , J P •` Z CITY OF Federal Way BUSINESS REGISTRATION License Number 20-03-101699-00-BL Non-Resident Business Registered: OLSON BROS PRO-VAC LLC 6622 112TH ST E PUYALLUP WA 98373-4630 Expires_ 12/31/2018 Category: 1700 - Contractors- Special Trade Conditions: This license is non-transferable. Please notify the City Clerk's office of any change in your business such as a new location or business name. 0111111,,, FEDEfq �����' OORPOFWIt! �_ : : N"Ilt.1) 8WIrMe /// SHINOS-0`� City Clerk,City of Federal Way This certifies that the above entity has been issued the registration or license listed. City of Federal Way-Licensing FEDERAL WAY WA 98003 MIKE OLSON OLSON BROTHERS PRO-VAC LL 6622 112TH St. E PUYALLUP WA 98373-4630 ice' OLSON BROTHERS PRO-VAC,LLC 6622 112TH ST E PUYALLUP WA 98373-4630 DETACH BEFORE POSTING BUSINESS LICENSE STATE OF WASHINGTON Unified Business ID#:602170975 Limited Liability Company Business ID#:001 Location:0001 OLSON BROTHERS PRO-VAC,LLC Expires:Oct 31,2018 6622 112TH ST E PUYALLUP,WA 98373-4630 UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION#602-170-975-ACTIVE CITY ENDORSEMENTS: SAMMAMISH GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE GIG HARBOR GENERAL BUSINESS#1131 (EXPIRES 1/31/2019)-ACTIVE DUVALL GENERAL BUSINESS(EXPIRES 2/28/2019)-ACTIVE ISSAQUAH GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE • TUMWATER GENERAL BUSINESS#R-015190(EXPIRES 1/31/2019)-ACTIVE SHORELINE GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE SUMNER GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE i' BONNEY LAKE GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE COVINGTON GENERAL BUSINESS#BL05-001 (EXPIRES 1/31/2019)-ACTIVE LONGVIEW AS5ES 39) ACTIVE PORT GVIEORCHARDGENERGENERALL BUSINEBUSINESSS# 76129#8004796(EXPIR(EXP1/IRES1!2011!31-2019) ACTIVE • PORT TOWNSEND GENERAL BUSINESS#8888(EXPIRES 1/31/2019)-ACTIVE ; OLYMPIA GENERAL BUSINESS#13869(EXPIRES 1/31/2019)-ACTIVE Irci DUPONT GENERAL BUSINESS#2591 (EXPIRES 1/31/2019)-ACTIVE 1 MILTON GENERAL BUSINESS#3(EXPIRES 1/31/2019)-ACTIVE UNIVERSITY PLACE GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE NEWCASTLE GENERAL BUSINESS#1810(EXPIRES 1/31/2019)-ACTIVE IH SEDRO WOOLLEY GENERAL BUSINESS(EXPIRES 3/31/2019)-ACTIVE POULSBO GENERAL BUSINESS(EXPIRES 1/31/2019)-ACTIVE ENUMCLAW GENERAL BUSINESS#CUST00005210(EXPIRES 1/31/2019)-ACTIVE ; P BELLINGHAM GENERAL BUSINESS#040533-ACTIVE rti This document lists the registrations,endorsements,and licenses authorized for the business ae named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be 24- conducted n compliance with all applicable Washington state,county,and city regulations. Director.Department of Revenue ^' te +R=-�.r ,,,...s,+eyl.....--,.,,x'r.F+`« .:..r..°"� ,.,.. ,t.a. — tom' STATE OF WASHINGTON UBI:602170975 001 0001 Expires:Oct 31,2018 OLSON BROTHERS PRO-VAC,LLC UNEMPLOYMENT INSURANCE- 6622 112TH ST E ACTIVE PUYALLUP,WA 98373-4630 INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION#602-170-975- ACTIVE SAMMAMISH GENERAL BUSINESS (EXPIRES 1/31/2019)-ACTIVE GIG HARBOR GENERAL BUSINESS #1131(EXPIRES 1/31/2019)-ACTIVE DUVALL GENERAL BUSINESS (EXPIRES 2/28/2019)-ACTIVE ISSAQUAH GENERAL BUSINESS (EXPIRES 1/31/2019)-ACTIVE TUMWATER GENERAL BUSINESS #R-015190(EXPIRES 1/31/2019)- L ACTIVE ' SHORELINE GENERAL BUSINESS 9aL0002 Director.Department of Revenue DETACH THIS SECTION FOR YOUR WALLET ripI• Iy te34-2 OLSON BROTHERS PRO-VAC,LLC 6622 112TH ST E PUYALLUP WA 98373-4630 DETACH BEFORE POSTING - -- ,� 4t rn''. o s BUSINESS LICENSE ,i STATE OF , WASHINGTON '.j Unified Business ID#:602170975 Limited Liability Company Business ID#:001 Location:0001 OLSON BROTHERS PRO-VAC,LLC Expires:Oct 31,2018 ' 6622 112TH ST E PUYALLUP,WA 98373-4630 , NORTH BEND GENERAL BUSINESS#010019,0(EXPIRES 1/31/2019)-ACTIVE • FIFE GENERAL BUSINESS-NON-RESIDENT(EXPIRES 3/31/2019)-ACTIVE KELSO GENERAL BUSINESS-NON-RESIDENT(EXPIRES 1/31/2019)-ACTIVE MOUNT VERNON GENERAL BUSINESS-NON-RESIDENT-ACTIVE BATTLE GROUND GENERAL BUSINESS-NON-RESIDENT(EXPIRES 1/31/2019)-ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: EVERSON'S ECONO-VAC,INC. PRO-VAC I; , ti 1. 1 i 1. I 1 '7 { a This document lists the registrations,endorsements,and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application #was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue fi } ,,, ' STATE OF WASHINGTON UBI:602170975001 0001 Expires:Oct 31,2018 OLSON BROTHERS PRO-VAC,LLC UNEMPLOYMENT INSURANCE- 6622 112TH ST E ACTIVE PUYALLUP,WA 98373-4630 INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION#602-170-975- ACTIVE SAMMAMISH GENERAL BUSINESS (EXPIRES 1/31/2019)-ACTIVE GIG HARBOR GENERAL BUSINESS #1131(EXPIRES 1/31/2019)-ACTIVE DUVALL GENERAL BUSINESS (EXPIRES 2/28/2019)-ACTIVE ISSAQUAH GENERAL BUSINESS (EXPIRES 1/31/2019)-ACTIVE TUMWATER GENERAL BUSINESS #R-015190(EXPIRES 1/31/2019)- r`� %n-•'4, ACTIVE SHORELINE GENERAL BUSINESS 9aL0002 Director,Department of Revenue DETACH THIS SECTION FOR YOUR WALLET 1 Attachment) PUBLIC WORKS CONTRACT FOR 2018 STORM DRAIN CCTV INSPECTION AND ASSESSMENT 11� THIS PU C WORKS CONTRACT ("Contract") is dated effective' this I day of t/.�1 , 201 and is made by and between the City of Federal Way, a Washington municipal corporation ("City or Owner"), and Olson Brothers Pro-Vac, LLC, a Washington limited liability ' company ("Contractor"). A. The City desires to retain an independent contractor to furnish all labor and materials ' necessary to perform work within the 2018 Storm Drain CCTV Inspection and Assessment project, located in the City of Federal Way, Washington ("Property"); and ' B. The Contractor has the requisite skill and experience to perform such work. NOW, THEREFORE, the parties ("Parties") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR ' 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the completion of the work, more particularly described as the 2018 CCTV Inspection and Assessment project, including ' without limitation: Performing Closed-Circuit Television (CCTV) inspection of storm drain pipes within public right-of- way in up to five (5) schedule areas within the City of Federal Way ("Work") in accordance with and as described in the Contract Documents, which include without limitation, The City's Request for Bid, 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, 2018 Storm Drain CCTV Inspection and Assessment Project ' Contract including all exhibits, Addenda and Change Orders, 2018 Storm Drain CCTV Inspection and Assessment Special Provisions, contract plans, applicable amendments to the WSDOT Standard Specifications, Standard Plans and Details, Prevailing Wage Rates and Benefit Code Key, 2018 WSDOT 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 within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed within 200 working days. In the event the Work is not substantially completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of ' this Contract. The Work shall not be deemed completed until the City has accepted the Work and delivered a written Notice of Completion of Public Works Contract in the form attached hereto as Exhibit"A." I City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 33 2018 RFB ver. 1-18 I 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the I 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 Icomplete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day Ibeyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or Icoming due to the Contractor. LIQUIDATED DAMAGES FORMULA 1 LD = 0.15C T I Where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. IT = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and I 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 IContractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with Iaccepted practices for other properly licensed contractors. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all I 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 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 I Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increases or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, I 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 Iextend such five (5) day submittal period upon request by the Contractor. The Contractor shall City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 34 2018 IRFB ver. 1-18 supply such supporting documents and analysis for the claims as the City may require to determine ' if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. ' 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted ' work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. ' 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction ' materials including without limitation, sand, dirt, gravel, asphalt, excavated materials, construction debris, etc., to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City of Federal Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the ' completion of the Work, which shall be within 200 working days to complete, and the expiration of all warranties contained in the Contract Documents C Term'). ' 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work as more fully set forth in the General Conditions of the Contract; 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 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. Cityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 35 2018 RFB ver. 1-18 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 One Hundred Ninety-Five Thousand Five ' Hundred Eighty-One and 57/100 Dollars ($195,581.57), which amount shall constitute full and complete payment by the City ("Total Compensation"). ' 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. ' 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be ' withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. ' 4.4 Method of Payment. The basis of payment will be the actual quantities of work performed according to the contract and as specified for payment. Payments will be made for work and labor performed and materials furnished under the contract according to the price in the ' proposal unless otherwise provided. Partial payments will be made once each month, based on partial estimates prepared by the Engineer and signed by the Contractor. Failure to perform any obligation under this Contract may be adequate reason for the City to withhold payments until the ' obligation is performed. Upon completion of all work and after final inspection, the amount due the Contractor under ' the contract will be paid based upon the final estimate made by the Engineer and signed by the Contractor. Payment to the Contractor for partial estimates, final estimates, and retained percentages shall be subject to controlling laws. 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5%) of the Total Compensation shall be retained by the City to assure payment of Contractor's state sales tax as well ' as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ("Fund") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all ' taxes due and to become due with respect to the Contract have been paid in full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non-payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty-five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this ' Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 36 2018 ' RFB ver. 1-18 I by Contractor's employees, agents, subcontractors or representatives against any person because I 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, I 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 I Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 26, or any other applicable federal, state, or local law or regulation regarding non-discrimination. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the I 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 I 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 I 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 I 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 Ithe Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the I contractor agrees to notify the City and complete any required form if the Contractor retired under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. I7. CITY'S RIGHT TO TERMINATE CONTRACT 7.1 Termination Without Cause. Prior to the expiration of the Term, this Contract may be I terminated without cause upon oral or written notice delivered to Contractor from the City. Upon 'termination, allsupplies, 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 I 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. I7.2 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 Ilmay deem expedient, upon the occurrence of any one or more of the following events: (1) If the Contractor should be adjudged a bankrupt. I (2) If the Contractor should make a general assignment for the benefit of its creditors. I City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 37 2018 I RFB ver. 1-18 I (3) If a receiver should be appointed on the account of insolvency of Contractor. I (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. I (5) If the Contractor should fail to complete the Work within the time specified in this Contract. I (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. I (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. I (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 1 City, the City may do any or all of the following: (1) Stop payments. The City shall cease any further payments to Contractor and IContractor 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 Ithe 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 I expenses in completing such Work. (3) Take Possession. The City may take possession of the Property and any I equipment and materials on the Property and may sale the same, the proceeds of which shall be paid to the City for its damages. I (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. I8. INDEMNIFICATION I 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 111 and all persons or entities, including, without limitation, their respective agents, licensees, or City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 38 2018 I RFB ver. 1-18 I representatives, arisingfrom, resulting from or connected with this Contract to the extent caused I 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. I 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, includingwithout limitation, their respective agents, licenses, or I P 9 representatives, arising from, resulting from or connected with this Contract to the extent solely Icaused 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 I9.1 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 (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; I (2) Commercial general liability insurance with combined single limits of liability not 1 less than $5,000,000 for bodily injury, including personal injury or death, products liability and property damage. I (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 Idamage. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the Ifollowing provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be Inamed as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) I 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, I 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. I (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. ICityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 39 2018 IRFB ver. 1-18 (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 Pits policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. ' 9.5 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self-insured retentions or procure a bond ' guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self-insured retentions. ' 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are ' satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this ' Section shall be deemed to constitute non-acceptance of this Contract by the Contractdr and the City may then award this Contract to the next lower bidder. 10. PERFORMANCE/PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance/Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296-155 WAC), General Safety and Health Standards (Chapter 296-24 WAC), and General Occupational Health Standards (Chapter 296-62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees ' and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against any known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from danger all water, sewer, gas, steam or ' other pipes or conduits, and all hydrants and all other property that is likely to become displaced or City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 40 2018 RFB ver. 1-18 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- 111 127-010 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. 1 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. 1 (2) A copy of an approved "Affidavit of Prevailing Wages Paid," State L&I form number F700-007-000. The City will not release to the contractor any funds retained under Chapter 60.28.011 RCW until all of the "Affidavit of Prevailing Wages Paid" forms have been approved by State L&I and a certified copy of all the approved forms have been submitted to the City. Cityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 41 2018 ' RFB ver. 1-18 The Contractor shall be responsible for requesting these forms from the State L&I and for ' paying any approval fees required by State L&I. Certified payrolls are required to be submitted by the Contractor to the City, for the ' Contractor and all subcontractors or lower tier subcontractors. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages ' for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and ' binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS ' In the event the Contractor shall fail to pay any subcontractors or laborers, fail to pay for any materials, or fail to pay any insurance premiums, the City may terminate this Contract and/or ' the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or premiums. ' 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files, computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or ' prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. ' 16. BOOKS AND RECORDS ' The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. ' 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, ' the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and/or the City may deduct its costs from any remaining payments due to the Contractor. City of Federal ty Way RFB# 18-009 ' 2018 Storm Drain CCTV Inspection and Assessment Page 42 2018 RFB ver. 1-18 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not ' disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration ' number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by Chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by Chapter 70.87 RCW, if applicable. ' 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same ' language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor ' responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A ' Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 ' RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. ' 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or ' understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended ' or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. ' 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. City of Federal Way RFB# 18-009 • 2018 Storm Drain CCTV Inspection and Assessment Page 43 2018 RFB ver. 1-18 ! I 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be li binding upon and inure to the benefit of the Parties'successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of 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. I 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's I 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. 119.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below or by email to Tony Doucette at tony.doucette@cityoffederalway.com for the City, and to I (VmQNG.sme 0 s s at e-mail: Me\a ;a . koss c`o -vac CoW^ for the Contractor. Any notices may be delivered personally 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 I forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for Iconvenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. I19.12 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. I19.13 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 1 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 I 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. I [Signature Page Follows] I City of Federal Way RFB# 18-009 I 2018 Storm Drain CCTV Inspection and Assessment Page 44 2018 RFB ver. 1-18 DATED the day and year set forth above. ' CITY OFF ERAL WAY: 011P 4Fr 1 By: im Ferrell, Mayor ' 33325 8th Avenue South Federal Way, WA 98003-6325 ATTEST: 1 • r•h:nie Courtney, CMC, Clerk 1 APPROVED AS TO FORM: fOr I -f,✓ . Ryan Call, City Attorney 1 OLSON BROTHERS PRO-VAC, LLC: By: 1iue `'1 Wesley Blood 6622 112th St E ' Puyallup, WA 98373 (888) 565-5665 1 STATE OF WASHINGTON ) ss. COUNTY OF -'t5-02. ) On this day personally appeared before me Wesley Brood, to me known to be the Vice President of Olson Brothers Pro-Vac, LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he/she was authorized to execute said instrument. 22 ��/�, 1 GIVEN my hand and official seal this ) day of 1 I , 2048. 1 ISLCo� s JESSICA ROSS (typed/printed name of notary) NOTARY PUBLIC Notary Public in and for theState of Washington. 1 STATE OF WASHINGTONnmMy commission expires Q �D2O AAp Caion Erpbs WOW'28.2020 City of Federal Way RFB# 18-009 1 2018 Storm Drain CCTV Inspection and Assessment Page 45 2018 RFB ver. 1-18 THIS PAGE LEFT BLANK INTENTIONALLY i City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 46 2018 ' RFB ver. 1-18 I EXHIBIT A I TATS ❑ Original I ❑ Revised# aH�rens''l NOTICE OF COMPLETION OF PUBLIC WORKS CONTRACT I Date: Contractor's UBI Number: Name&Mailing Address of Public Agency Department Use Only Assigned to: I Date Assigned: UBI Number: Notice is hereby given relative to the completion of contract or project described below IProject Name Contract Number Job Order Contracting ❑ Yes ❑ No Description of Work Done/Include Jobsite Address(es) I Federally funded transportation project? ❑ Yes ❑ No (if yes,provide Contract Bond Statement below) IContractor's Name E-mail Address (Affidavit ID* Contractor Address Telephone# I If Retainage is not withheld,please select one of the following and List Surety's Name&Bond Number. ❑ Retainage Bond ❑ Contract Payment bond(v ilid kg facrall. funded transponatian projects) Name:I and Numb r: Date Contract Awarded Date Work Commenced Date Wor Completed Date Work Accepted Were Sabcontracters used en d s Wit?If so,please'complete Addendum A. Does ❑No r . Affidavit ID"-No L&I release will be granted until all affidavits are listed. Contract Amount S Additions - i S Liquidated Damages S Reductions ( -) S Amount Disbursed S I Sub-Total S 0.00 Amount Retained Sales"fax Rate % (if,untrUs rates upnl .}lease sand a t5reakdenp) Sales Tax Amount S I TOTAL S n nn TOTALS 0.00 NOTE: These two totals must he equal liminni Comments: I I Note:The Disbursing Officer must submit thi.completed notice anrm dtateh alt acceptance nI the Vu ark dune under this contract. \O f AYYIF.v I SI IAl l RE MADE FROM RLI RIVED Ft'ADS until receipt,.t all,please eeltiticates. Submitting Form:Please submit=.he completed ftenn h_email to all threcageneies helm,,. Contact Name: Title: Email Address: Phone Number: Department of Revenue Washington State Department of Employment Security Public Works Sectio° Labor&Industries Department i 1360,704-5650 Contract Release Registration.Inquiry, P+AC iidor waqua Standards&Coordination Cont 54Re'ea gLN1 a SUnit tandards ContractRe+ease u,LNI.'AA GOV (360:902-9450 pub,cworks(aesd.'we.qua REV ;100200(11)2t 15) F215-038-011110-21)1-I ' I City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 47 2018 I RFB ver. 1-18 1 EXHIBIT B CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT 1 PROJECT NUMBER CHANGE ORDER NUMBER EFFECTIVE DATE PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar ' Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? El Yes El No If"Yes"Will the Policies Be Extended? ❑Yes❑No ' PRICE CHANGE LUMP SUM: INCREASE$ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE 1 TOTAL NET CONTRACT: INCREASE$ DECREASE$ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with ' the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. ' DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ CONTRACTOR'S SIGNATURE DATE DIRECTOR'S SIGNATURE DATE I City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 48 2018 RFB ver. 1-18 ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY Li INCREASED $ DECREASED $ PAY THIS ADJUSTED AMOUNT: $ tDIRECTOR'S SIGNATURE DATE I 1 1 I City of Federal Way RFB# 18-009 ' 2018 Storm Drain CCTV Inspection and Assessment Page 49 2018 RFB ver. 1-18 I EXHIBIT C ICONTRACTOR'S RETAINAGE OPTION IDENTIFICATION AND DESCRIPTION Project Title: 2018 Storm Drain CCTV Inspection and Assessment RFB No: 18-009 U Contractor: Olson Brothers Pro-Vac LLC GENERAL REQUIREMENTS I 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. I CONTRACTOR'S INSTRUCTIONS I 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: I0 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 I Federal Way Retainage Bank Acceptance Agreement" upon contract award. The City will provide the agreement to the Contractor if this option is selected. Option 3: Placed in escrow with a bank or trust company. Contractor shall execute, and have escrow account ID 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 I contractor. 0 Option 4: Contractor shall submit a"Retainage Bond"on City-provided form (Exhibit D of this Agreement). I IContractor Signature Date 1 I I I I Cityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 50 2018 I RFB ver. 1-18 1 . EXHIBIT D ' RETAINAGE BOND TO CITY OF FEDERAL WAY Bond No. 106913795 2018 Storm Drain CCTV Inspection and Assessment 1 KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Olson Brothers Pro-Vac, LLC as principal ("Principal"), and Travelers Casualty and Surety Company of America , a Corporation organized and existing under the laws of the ' State of Connecticut , 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: Nine Thousand Seven Hundred Seventy-Nine and 08/100 Dollars ($9,779.08) for the payment of which sum we bind ourselves and our successors, heirs, ' administrators or personal representatives,as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations,standards and policies of the City,as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the 2018 Storm Drain CCN Inspection and Assessment Project, which contract is incorporated herein by this reference("Contract"),and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent(5%), said sum to be retained by the City as a trust I fund for the protection and payment of any person or persons, mechanic, subcontractor or material men who shall perform any labor upon such contract or the doing of such work,and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing I supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and ID. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth I retained percentages pursuant to Chapter 60.28 RCW; and E. The Principal has accepted, or is about to accept, the Contract, and undertake to perform the work therein provided for in the manner and within the time set forth,for the amount of$195,581.57 and ' F. The City is prepared to release any required retainage money previously paid by the Principal prior to i acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, l 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 I subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IAnd the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change,extension of time,alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the 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. ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 51 2018 IRFB ver. 1-18 A 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 �I reasonable time period,or(b)tender to the City,the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default,the Surety shall notify the City of its finding and its intent, if any,to interplead. ! The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect 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 I Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph,prior to any interplead action. ! In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of I 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 Icompletion of the mediation. The parties have executed this instrument under their separate seals this 23rd day of May , 2018 , the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its I undersigned representatives pursuant to authority of its governing body. I CORPORATE SEAL: PRINCIPAL OLSON BROTHERS PRO-VAC,LLC By: l/V I Wesley Brood,Vice resident 6622 112th Street E Puyallup,WA 98373 I CORPORATE SEAL: SURETY � ' Travelers Casualty and Sur-ty Company of America B : t�!�.1 .t %:414 I f � 1y _ 0044.1.4....44c .rney-in- a . • i fi, �� (Attach Po -r i f Attorney) ik, A it, .7. ` .r ' I r," , E, % Title: Carley Espiritu,Attorney-in-Fact "b ���1iN 8.0 N y Address: 1501 Fourth Ave., Suite 1000 s. ''r %.„ Seattle,WA 98101 `v 'ti 34$ I I ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 52 2018 RFB ver. 1-18 f CERTIFICATES AS TO CORPORATE SEAL 111 I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within bond; that Wesley Brood, who signed the said bond on behalf of the Principal, was Vice President of said I Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. 1 O I 1 Secre a of Assistant Secretary r �1 I hereby certify that I am the)(itaistsoZpSeovetariebf the Corporation named as Surety in the within bond; that Carley Espiritu , who signed the said bond on behalf of the Surety, was I Attorney-in-Fact of the said Corporation; that I know his or her signature thereto is genuine, and that said bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. *Notary Public I ...,,,.•liiiloiII. •• C S illiI% 11 44.1/1. C.- LO071-4 el's"- i 0 s„ PUBIUG Z' �me oaicAssista eotztlint* 2 Karen C. Swanson, Notary Public v1111 O`WASOo� r IAPPROVED AS TO FORM: I -co/J. Ryan Call, City Attorney 1 I I I I ICity of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 53 2018 1 RFB ver. 1-18 ' Travelers Casualty and Surety Company of America /A► Travelers Casualty and Surety Company ITRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. IPaul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Carley Espiritu,of Tacoma,Washington,their true and lawful Attorney-in-Fact to sign,execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts land executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. ' os y �0.TY M• -,r- . •ao D. (:.!L)`It 0011. a• IState of Connecticut • By: , City of Hartford ss. Robert L.Raney,Se or Vice President ' On this the 3rd day of February, 2017, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations Iby himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021 W\C1J1�.1. C t.�� * * Marie C.Tetreault,Notary Public ;. 1311 This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and ISurety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and IAgents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is IFURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional Iundertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed(under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more ICompany officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President, any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power I of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Traveleualty r4 and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Comp „Op �tify That„the above and foregoing is a true and correct copy of the Power of I Attorney exec -d by sai Companies,which remains n „IO �;..'�1:fr..ay. Dated this lir of 44s .�;'' ” 1 I401 it ,Np " �! 4 . C")ci. - a tY , * s ut ? gWATFORD COMM. c � �` �; t "` • Yi' ! • �'� $.1: ••r*•..a" "T# bs: 4 , v ,,r KevinHughes,Assi tant Secretary To verify the authenticity of this Pow�MNlney,please call us at 1-800-421-3880. IPlease refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. EXHIBIT E ' NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT 1 TO: ALL EMPLOYEES ' AND TO: NrRckewe. (Name of Union or Organization) The undersigned currently holds contract(s) with involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: tEMPLOYMENT, 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: Tony Doucette, P.E. SWM Project Engineer City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 raJQC ' (Contractor or subcontractor) I Date City of Federal a RFB# 18-009 Way 2018 Storm Drain CCTV Inspection and Assessment Page 54 2018 RFB ver. 1-18 EXHIBIT F ' CERTIFICATE OF INSURANCE 1 r I I I I I I I I Cityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 55 2018 ' RFB ver. 1-18 I ___....1 OLSOBRO-02 JTEETS ACOR>D" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/05/22/22018018Y) k......----- 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Chicago P&C Cert Team NAME: Mesirow Insurance Services,Inc. PHONE FAX 353 N.Clark St 11th fl (NC,No,Ext):(312)595-6200 (NC,No): Chicago,IL 60654 ADDRESS:CHC-INSCERTS@alliant.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Casualty Insurance Company 20443 IINSURED INSURERB:Continental Insurance Company 35289 Olson Brothers ProVac,LLC dba Pro-Vac INSURER c:Navigators Insurance Company 42307 6622 112th Street East INSURER D:Allied World Assurance Company(U.S.)Inc 19489 I Puyallup,WA 98373 INSURER E 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 I INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD IMM/DDIYYYYI (MM/OD/YYYY) A X COMMERCIAL GENERAL LIABILITY _ 1,000,000 I CLAIMS-MADE X OCCUR EACH OCCURRENCE $ X 6043651609 11/16/2017 11/16/2018 PREM SES(OEa occurrence) $ 1,000,000 X PD Ded:$2,000/occMED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY $ 1,000,000 I GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY X YE?? LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: Stop Gap WA $ 1,000,000 B AUTOMOBILE LIABILITY COMBINED SINGLE LIMITI 1,000,000 (Ea accident) $ X ANY AUTO X 6023021447 11/16/2017 11/16/2018 BODILY INJURY(Per person) $ AAUTOS ONLY SCHEDULED BODILY INJURY(Per accident) $ X HIRED X NON-AWNED PROPERTY DAMAGE I C AUTOS ONLY _ AUTOS ONLY (Per accident) $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB CLAIMS-MADE PTI7EXC921841IV 11/16/2017 11/16/2018 AGGREGATE $ 5,000,000 I DED RETENTION$ $ WORKERS COMPENSATIONOTH- AND EMPLOYERS'LIABILITY Y/N PER STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) DISEASE-POLICY LIMIT $ E.L.DISEASE-EA EMPLOYEE $ I If yes,describe under DESCRIPTION OF OPERATIONS below E.L. D Pollution Liability 03098830 11/16/2017 11/16/2018 See Description IDESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Job RFB#18-009 Pollution Liability Limits:$2,000,000 Occ./$2,000,000 Agg.;$10,000 Ded. IProject:2018 Storm Drain CCTV Inspection and Assessment City of Federal Way Public Works,is officers,officials,employees,volunteers and agents are additional insured on a primary,non-contributory basis with respect to the general liability policy where required by written contract. SEE ATTACHED ACORD 101 I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE I Cityof Federal WayTHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 33325 8th Ave S Federal Way,WA 98003-6325 AUTHORIZED REPRESENTATIVE I I , 14-)__ ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD IAGENCY CUSTOMER ID:OLSOBRO-02 JTEETS /•"".1 LOC#: 1 A� l�� ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED esirow Insurance Services,Inc. Olson Brothers ProVac,LLC dba Pro-Vac 6622 112th Street East POLICY NUMBER Puyallup,WA 98373 EE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECTIVE DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: City of Federal Way Public Works,is officers,officials,employees,volunteers and agents are additional insured with respect to the automobile liability policy where required by written contract. I I I I I l I I 1 ! I I lACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD I 1 CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. If any other endorsement attached to this policy amends any provision also amended by this endorsement, I then that other endorsement controls with respect to such provision, and the changes made by this endorsement with respect to such provision do not apply. I TABLE OF CONTENTS 1. Additional lnsureds 2. Additional Insured-Primary And Non-Contributory To Additional Insured's Insurance 3. Bodily Injury—Expanded Definition I4. Broad Knowledge of Occurrence/Notice of Occurrence 5. Broad Named Insured I 6. Broadened Liability Coverage For Damage To Your Product And Your Work 7. Contractual Liability-Railroads 8. Electronic Data Liability I9. Estates, Legal Representatives and Spouses 10. Expected Or Intended Injury—Exception for Reasonable Force i11. General Aggregate Limits of Insurance—Per Project 12. In Rem Actions I 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies 15. Legal Liability— Damage To Premises / Alienated Premises / Property In The Named Insured's Care, ICustody or Control 16. Liquor Liability N 17. Medical Payments Ii 18. Non-owned Aircraft Coverage 19. Non-owned Watercraft a I " N 20. Personal And Advertising Injury—Discrimination or Humiliation O 21. Personal And Advertising Injury-Contractual Liability I 22. Property Damage-Elevators 23. Supplementary Payments 24. Unintentional Failure To Disclose Hazards U25. Waiver of Subrogation—Blanket 26. Wrap-Up Extension: OCIP CCIP, or Consolidated(Wrap-Up) Insurance Programs INIMIIIIIIr ... IIE CNA74705XX(1-15) Policy No: 6043651609 1 Page 1 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 1 r CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement 1. ADDITIONAL INSUREDS a. WHO IS AN INSURED is amended to include as an Insured any person or organization described in paragraphs A. through H. below whom a Named Insured is required to add as an additional insured on this Coverage Part under a written contract or written agreement,provided such contract or agreement: 1 (1) is currently in effect or becomes effective during the term of this Coverage Part;and (2) was executed prior to: I (a) the bodily injury or property damage; or (b) the offense that caused the personal and advertising injury, Ifor which such additional insured seeks coverage. b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer I will not provide such additional insured with: (1) a higher limit of insurance than required by such contract or agreement;or (2) coverage broader than required by such contract or agreement, and in no event broader than that described by the applicable paragraph A.through H.below. Any coverage granted by this endorsement shall apply only to the extent permissible by law. iA. Controlling Interest Any person or organization with a controlling interest in a Named Insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and advertising injury arising out of: 1. suchor erson organization's financial control of a Named Insured;or p 2. premises such person or organization owns, maintains or controls while a Named Insured leases or Ioccupies such premises; provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by,on behalf of, or for such additional insured. IB. Co-owner of Insured Premises A co-owner of a premises co-owned by a Named Insured and covered under this insurance but only with respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as co-owner of such premises. C. Lessor of Equipment Any person or organization from whom a Named Insured leases equipment, but only with respect to liability for bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the Named Insured's maintenance, operation or use of such equipment, provided that the occurrence giving rise to such I bodily injury, property damage or the offense giving rise to such personal and advertising injury takes place prior to the termination of such lease. D. Lessor of Land I Any person or organization from whom a Named Insured leases land but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the offense Igiving rise to such personal and advertising injury takes place prior to the termination of such lease. The CNA74705XX(1-15) Policy No: 6043651609 Page 2 of 17 Endorsement No: 2 I CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I CNA CNA PARAMOUNT IContractors' General Liability Extension Endorsement coverage granted by this paragraph does not apply to structural alterations, new construction or demolition Ioperations performed by,on behalf of, or for such additional insured. E. Lessor of Premises I An owner or lessor of premises leased to the Named Insured, or such owner or lessor's real estate manager, but only with respect to liability for bodily injury, property damage or personal and advertising injury arising out of the ownership, maintenance or use of such part of the premises leased to the Named Insured, and provided that the occurrence giving rise to such bodily injury or property damage,or the offense giving rise to such personal Iand advertising injury, takes place prior to the termination of such lease. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition operations performed by, on behalf of,or for such additional insured. IF. Mortgagee,Assignee or Receiver A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's I liability for bodily injury, property damage or personal and advertising injury arising out of the Named Insured's ownership, maintenance,or use of a premises by a Named Insured. The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition I operations performed by,on behalf of, or for such additional insured. G. State or Governmental Agency or Subdivision or Political Subdivisions—Permits A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization but I only with respect to such state or governmental agency or subdivision or political subdivision's liability for bodily injury, property damage or personal and advertising injury arising out of: I 1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which this insurance applies: a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, I canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk vaults,street banners,or decorations and similar exposures;or b. the construction,erection,or removal of elevators;or o c. the ownership, maintenance or use of any elevators covered by this insurance;or iS ui 0 2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf. The coverage granted by this paragraph does not apply to: a o a. Bodily injury,property damage or personal and advertising injury arising out of operations performed for the state or governmental agency or subdivision or political subdivision;or Ib. Bodily injury or property damage included within the products-completed operations hazard. With respect to this provision's requirement that additional insured status must be requested under a written contract or agreement, the Insurer will treat as a written contract any governmental permit that requires the === Named Insured to add the governmental entity as an additional insured. H. Trade Show Event Lessor Ir 1. With respect to a Named Insured's participation in a trade show event as an exhibitor, presenter or displayer, any person or organization whom the Named Insured is required to include as an additional insured, but only with respect to such person or organization's liability for bodily injury, property damage or personal and 16 advertising injury caused by: CNA74705XX(1-15) Policy No: 6043651609 I Page 3 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO—VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement a. the Named Insured's acts or omissions;or Ib. the acts or omissions of those acting on the Named Insured's behalf, in the performance of the Named Insured's ongoing operations at the trade show event premises during the I trade show event. 2. The coverage granted by this paragraph does not apply to bodily injury or property damage included within the products-completed operations hazard. i2. ADDITIONAL INSURED-PRIMARY AND NON-CONTRIBUTORY TO ADDITIONAL INSURED'S INSURANCE The Other Insurance Condition in the COMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to I add the following paragraph: If the Named Insured has agreed in writing in a contract or agreement that this insurance is primary and non- contributory relative to an additional insured's own insurance, then this insurance is primary, and the Insurer will not I g seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess of any other insurance available to such person or organization. I3. BODILY INJURY—EXPANDED DEFINITION Under DEFINITIONS,the definition of bodily injury is deleted and replaced by the following: I Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of the physical injury,sickness or disease. 4. BROAD KNOWLEDGE OF OCCURRENCE/NOTICE OF OCCURRENCE Under CONDITIONS,the condition entitled Duties in The Event of Occurrence, Offense, Claim or Suit is amended 1 to add the following provisions: 111 A. BROAD KNOWLEDGE OF OCCURRENCE The Named Insured must give the Insurer or the Insurer's authorized representative notice of an occurrence, I offense or claim only when the occurrence, offense or claim is known to a natural person Named Insured, to a partner, executive officer, manager or member of a Named Insured, or an employee designated by any of the above to give such notice. B. NOTICE OF OCCURRENCE The Named Insured's rights under this Coverage Part will not be prejudiced if the Named Insured fails to give the Insurer notice of an occurrence, offense or claim and that failure is solely due to the Named Insured's I reasonable belief that the bodily injury or property damage is not covered under this Coverage Part. However, the Named Insured shall give written notice of such occurrence, offense or claim to the Insurer as soon as the Named Insured is aware that this insurance may apply to such occurrence,offense or claim. 1 5. BROAD NAMED INSURED WHO IS AN INSURED is amended to delete its Paragraph 3.in its entirety and replace it with the following: 3. Pursuant to the limitations described in Paragraph 4. below, any organization in which a Named Insured has management control: a. on the effective date of this Coverage Part;or I CNA74705XX(1-15) Policy No: 6043651609 Page 4 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. i I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement b. by reason of a Named Insured creating or acquiring the organization during the policy period, Iqualifies as a Named Insured, provided that there is no other similar liability insurance, whether primary, contributory,excess, contingent or otherwise,which provides coverage to such organization,or which would have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader or Inarrower than that provided by this insurance. But this BROAD NAMED INSURED provision does not apply to: I (a) any partnership, limited liability company or joint venture;or (b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part. I For the purpose of this provision, management control means: A. owning interests representing more than 50% of the voting, appointment or designation power for the selection of a majority of the Board of Directors of a corporation;or I B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or sell property held by a trust. I 4. With respect to organizations which qualify as Named Insureds by virtue of Paragraph 3. above, this insurance does not apply to: a. bodily injury or property damage that first occurred prior to the date of management control, or that first I occurs after management control ceases;nor b. personal or advertising injury caused by an offense that first occurred prior to the date of management control or that first occurs after management control ceases. I 5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own names or under such other trading names or doing-business-as names (dba)as any Named Insured should choose to employ. I6. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled 0. Exclusions is amended to delete exclusions k.and I.and replace them with the following: I 0 This insurance does not apply to: k. Damage to Your Product II Property damage to your product arising out of it,or any part of it except when caused by or resulting from: (1) fire; I (2) smoke; (3) collapse;or (4) explosion. IN I. Damage to Your Work Property damage to your work arising out of it, or any part of it and included in the products-completed Eoperations hazard. This exclusion does not apply: (1) If the damaged work, or the work out of which the damage arises, was performed on the Named IIIInsured's behalf by a subcontractor;or CNA74705XX(1-15) Policy No: 6043651609 Page 5 of 17 Endorsement No: 2 I CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement (2) If the cause of loss to the damaged work arises as a result of: (a) fire; I (b) smoke; I (c) collapse;or (d) explosion. B. The following paragraph is added to LIMITS OF INSURANCE: i Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for the sum of damages arising out of any one occurrence because of property damage to your product and your work that is caused by fire, I smoke, collapse or explosion and is included within the product-completed operations hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of which the damage arises,was performed on the Named Insured's behalf by a subcontractor. I C. This Broadened Liability Coverage For Damage To Your Product And Your Work Provision does not apply if an endorsement of the same name is attached to this policy. 7. CONTRACTUAL LIABILITY—RAILROADS I With respect to operations performed within 50 feet of railroad property, the definition of insured contract is replaced by the following: Insured Contract means: Ia. A contract for a lease of premises. However,that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner is not an insured contract; b. A sidetrack agreement; c. Any easement or license agreement; I d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality; e. An elevator maintenance agreement; If. That part of any other contract or agreement pertaining to the Named Insured's business (including an indemnification of a municipality in connection with work performed for a municipality) under which the Named Insured assumes the tort liability of another party to pay for bodily injury or property damage to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: 1 (1) That indemnifies an architect,engineer or surveyor for injury or damage arising out of (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, I field orders,change orders or drawings and specifications;or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the Insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (1) above and supervisory, inspection,architectural or engineering activities. I8. ELECTRONIC DATA LIABILITY CNA74705XX(1-15) Policy No: 6043651609 I Page 6 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2 017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 1t I CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled IExclusions is amended to delete exclusion p. Electronic Data and replace it with the following: This insurance does not apply to: Ip. Access Or Disclosure Of Confidential Or Personal Information And Data-related Liability Damages arising out of: (1) any access to or disclosure of any person's or organization's confidential or personal information, I including patents, trade secrets, processing methods, customer lists, financial information, credit card information,health information or any other type of nonpublic information;or I (2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate electronic data that does not result from physical injury to tangible property. However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily I injury. This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses, forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named I Insured or others arising out of that which is described in Paragraph (1)or(2)above. B. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $100,000 is the most the Insurer will pay under Coverage A for all damages arising out of I any one occurrence because of property damage that results from physical injury to tangible property and arises out of electronic data. C. The following definition is added to DEFINITIONS: Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes, drives, cells,data processing devices or any other media which are used with electronically controlled equipment. ID. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of property damage in DEFINITIONS is replaced by the following: IProperty damage means: a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use shall be deemed to occur at the time of the physical injury that caused it; N b. Loss of use of tangible property that is not physically injured.All such loss of use shall be deemed to occur at the time of the occurrence that caused it;or c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be deemed to occur at the time of the occurrence that caused it. For the purposes of this insurance, electronic data is not tangible property. E. If Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the $100,000 limit provided by this ELECTRONIC DATA LIABILITY Provision is part of, and not in addition to, that higher limit. r 9. ESTATES, LEGAL REPRESENTATIVES,AND SPOUSES The estates, heirs, legal representatives and spouses of any natural person Insured shall also be insured under this irpolicy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for CNA74705XX(1-15) Policy No: 6043651609 Page 7 of 17 Endorsement No: 2 I CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses'acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: Expected or Intended Injury Bodily injury or property damage expected or intended from the standpoint of the Insured. This exclusion does not apply to bodily injury or property damage resulting from the use of reasonable force to protect persons or property. 11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of: 1. All damages under Coverage A,except damages because of bodily injury or property damage included in the products-completed operations hazard;and 2. All medical expenses under Coverage C, 1 that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B,regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard;and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit I or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included in the products-completed operations t hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. I CNA74705XX(1-15) Policy No: 6043651609 Page 8 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I SNA CNA PARAMOUNT IContractors' General Liability Extension Endorsement E. If a single construction project away from premises owned by or rented to the Insured has been abandoned and I then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemed to be the same construction project. F. The provisions of LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. 12. IN REM ACTIONS IA quasi in rem action against any vessel owned or operated by or for the Named Insured, or chartered by or for the Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE Solely with respect to bodily injury that arises out of a health care incident: A. Under COVERAGES, Coverage A – Bodily Injury and Property Damage Liability, the paragraph entitled iInsuring Agreement is amended to replace Paragraphs 1.b.(1)and 1.b.(2)with the following: 1 b. This insurance applies to bodilyinjuryprovided that the professional health care services are incidental to pp I the Named Insured's primary business purpose,and only if: (1) such bodily injury is caused by an occurrence that takes place in the coverage territory. (2) the bodily injury first occurs during the policy period.All bodily injury arising from an occurrence will I be deemed to have occurred at the time of the first act, error, or omission that is part of the occurrence; and B. Under COVERAGES, Coverage A – Bodily Injury and Property Damage Liability, the paragraph entitled 111 Exclusions is amended to: i. add the following to the Employers Liability exclusion: ' This exclusion applies only if the bodily injury arising from a health care incident is covered by other liability insurance available to the Insured (or which would have been available but for exhaustion of its limits). 0 ii. delete the exclusion entitled Contractual Liability and replace it with the following: This insurance does not apply to: 2 v 0 Contractual Liability o the Insured's actual or alleged liability under any oral or written contract or agreement, including but not limited to express warranties or guarantees. II iii. add the following additional exclusions: This insurance does not apply to: 1 — Discrimination IINany actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on 111111111111111 an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual ir orientation. Dishonesty or Crime Any actual or alleged dishonest,criminal or malicious act, error or omission. leMedicare/Medicaid Fraud = CNA74705XX(1-15) Policy No: 6043651609 I Page 9 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO—VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement any actual or alleged violation of law with respect to Medicare, Medicaid,Tricare or any similar federal, state Ior local governmental program. Services Excluded by Endorsement I Any health care incident for which coverage is excluded by endorsement. C. DEFINITIONS is amended to: i. add the following definitions: Health care incident means an act, by error or omission the Named Insured's employees or volunteer I workers in the rendering of: Ia. professional health care services on behalf of the Named Insured or b. Good Samaritan services rendered in an emergency and for which no payment is demanded or received. I Professional health care services means any health care services or the related furnishing of food, beverages, medical supplies or appliances by the following providers in their capacity as such but solely to the extent they are duly licensed as required: I a. Physician; b. Nurse; I c. Nurse practitioner; d. Emergency medical technician; I e. Paramedic; f. Dentist; g. Physical therapist; Ih. Psychologist; i. Speech therapist; Ij. Other allied health professional;or Professional health care services does not include any services rendered in connection with human dinical Itrials or product testing. ii. delete the definition of occurrence and replace it with the following: I Occurrence means a health care incident.All acts, errors or omissions that are logically connected by any common fact,circumstance, situation,transaction, event, advice or decision will be considered to constitute a single occurrence; I iii. amend the definition of Insured to: a. add the following: the Named Insured's employees are Insureds with respect to: I (1) bodily injury to a co-employee while in the course of the co-employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; and II CNA74705X0((1-15) Policy No: 6043651609 Page 10 of 17 Endorsement No: 2 I CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement (2) bodily injury to a volunteer worker while performing duties related to the conduct of the INamed Insured's business; when such bodily injury arises out of a health care incident. Ithe Named Insured's volunteer workers are Insureds with respect to: (1) bodily injury to a co-volunteer worker while performing duties related to the conduct of the Named Insured's business;and 1 (2) bodily injury to an employee while in the course of the employee's employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business; I when such bodily injury arises out of a health care incident. b. delete Subparagraphs (a), (b),(c)and(d)of Paragraph 2.a.(1)of WHO IS AN INSURED. I D. The Other Insurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the following: Other Insurance I b. Excess Insurance (1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased Ispecifically by the Named Insured to be excess of this coverage. 14. JOINT VENTURES/PARTNERSHIP/LIMITED LIABILITY COMPANIES I WHO IS AN INSURED is amended to delete its last paragraph and replace it with the following: No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations, except that if the Named Insured I was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or limited liability company terminated prior to or during the policy period, such Named Insured is an Insured with respect to its interest in such joint venture, partnership or limited liability company but only to the extent that: a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the personal and advertising injury arising out of such offense first occurred after such termination date; se b. the bodily injury or property damage first occurred after such termination date;and I N c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or limited liability company;and If the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up) I insurance program,then such insurance will always be considered valid and collectible for the purpose of paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and advertising injury that would otherwise be covered under the Contractors General Liability Extension Endorsement provision IIN entitled WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS. Please see that provision for the definition of consolidated(wrap-up)insurance program. - 15. LEGAL LIABILITY — DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED Ir INSURED'S CARE, CUSTODY OR CONTROL A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the following: 1 IN This insurance does not apply to: - CNA74705XX(1-15) Policy No: 6043651609 I Page 11 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2 017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement j. Damage to Property IProperty damage to: (1) Property the Named Insured owns, rents, or occupies, including any costs or expenses incurred by you, I or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; I (2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any part of those premises; (3) Property loaned to the Named Insured; (4) Personal property in the care,custody or control of the Insured; 1 5 That articularart of real property on which the Named Insured or anycontractors or subcontractors p working directly or indirectly on the Named Insured's behalf are performing operations, if the property Idamage arises out of those operations;or (6) That particular part of any property that must be restored, repaired or replaced because your work was incorrectly performed on it. 1 Paragraphs (1), (3)and (4)of this exclusion do not apply to property damage (other than damage by fire)to premises rented to the Named Insured or temporarily occupied by the Named Insured with the permission of the owner, nor to the contents of premises rented to the Named Insured for a period of 7 or fewer I consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in LIMITS OF INSURANCE. Paragraph (2)of this exclusion does not apply if the premises are your work. IParagraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. I Paragraph (6) of this exclusion does not apply to property damage included in the products-completed operations hazard. Paragraphs (3)and (4)of this exclusion do not apply to property damage to: Ii. tools,or equipment the Named Insured borrows from others, nor ii. other personal property of others in the Named Insured's care,custody or control while being used in the I Named Insured's operations away from any Named Insured's premises. However,the coverage granted by this exception to Paragraphs (3)and (4)does not apply to: a. property at a job site awaiting or during such property's installation,fabrication,or erection; Ib. property that is mobile equipment leased by an Insured; c. property that is an auto,aircraft or watercraft; d. property in transit; or e. any portion of property damage for which the Insured has available other valid and collectible insurance,or would have such insurance but for exhaustion of its limits,or but for application of one of its I exclusions. A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE as amended below. l CNA74705XX(1-15) Policy No: 6043651609 Page 12 of 17 Endorsement No: 2 I CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I CNACNA PARAMOUNT IContractors' General Liability Extension Endorsement B. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled IExclusions is amended to delete its last paragraph and replace it with the following: Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named Insured or temporarily occupied by a Named Insured with permission of the owner, nor to damage to the contents of Ipremises rented to a Named Insured for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE. I C. The following paragraph is added to LIMITS OF INSURANCE: Subject to 5. above, $25,000 is the most the Insurer will pay under Coverage A for damages arising out of any one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other I personal property of others in the Named Insured's care, custody or control, while being used in the Named Insured's operations away from any Named Insured's premises. The Insurer's obligation to pay such property damage does not apply until the amount of such property damage exceeds$1,000.The Insurer has the right but not the duty to pay any portion of this$1,000 in order to effect settlement. If the Insurer exercises that right, the INamed Insured will promptly reimburse the Insurer for any such amount. D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANCE is deleted and replaced by the following: I6. Subject to Paragraph 5. above, (the Each Occurrence Limit),the Damage To Premises Rented To You Limit is the most the Insurer will pay under Coverage A for damages because of property damage to any one premises while rented to the Named Insured or temporarily occupied by the Named Insured with the I permission of the owner, including contents of such premises rented to the Named Insured for a period of 7 or fewer consecutive days.The Damage To Premises Rented To You Limit is the greater of: a. $500,000;or Ib. The Damage To Premises Rented To You Limit shown in the Declarations. E. Paragraph 4.b.(1)(a)(ii)of the Other Insurance Condition is deleted and replaced by the following: I (ii) That is property insurance for premises rented to the Named Insured, for premises temporarily occupied by the Named Insured with the permission of the owner; or for personal property of others in the Named Insured's care,custody or control; I7 16. LIQUOR LIABILITY 7, g Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Liquor Liability. s This LIQUOR LIABILITY provision does not apply to any person or organization who otherwise qualifies as an 0 additional insured on this Coverage Part. I17. MEDICAL PAYMENTS A. LIMITS OF INSURANCE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the following: IN7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the Insurer willpayunder Coverage C— Medical Payments for all medical expenses because of bodily injury MIMI IMMO 9 Y p sustained by any one person.The Medical Expense Limit is the greater of: 1p (1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or I Emma (2) the amount shown in the Declarations for Medical Expense Limit. IP CNA74705XX(1-15) Policy No: 6043651609 Page 13 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement B. Under COVERAGES, the Insuring Agreement of Coverage C — Medical Payments is amended to replace IParagraph 1.a.(3)(b)with the following: (b) The expenses are incurred and reported to the Insurer within three years of the date of the accident;and I18. NON-OWNED AIRCRAFT Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended as follows: The exclusion entitled Aircraft,Auto or Watercraft is amended to add the following: This exclusion does not apply to an aircraft not owned by any Named Insured, provided that: 1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United States of America or Canada,designating that person as a commercial or airline transport pilot; I 2. the aircraft is rented with a trained, paid crew to the Named Insured;and 3. the aircraft is not being used to carry persons or property for a charge. 19. NON-OWNED WATERCRAFT I Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and . replace it with the following. 9 IThis exclusion does not apply to: (2) a watercraft that is not owned by any Named Insured, provided the watercraft is: I (a) less than 75 feet long;and (b) not being used to carry persons or property for a charge. I20. PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION A. Under DEFINITIONS,the definition of personal and advertising injury is amended to add the following tort: IDiscrimination or humiliation that results in injury to the feelings or reputation of a natural person. B. Under COVERAGES, Coverage B — Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to: 1 1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following: This insurance does not apply to: I Knowing Violation of Rights of Another Personal and advertising injury caused by or at the direction of the Insured with the knowledge that the act would violate the rights of another and would inflict personal and advertising injury.This exclusion shall not I apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural person, but only if such discrimination or humiliation is not done intentionally by or at the direction of: (a) the Named Insured;or (b) any executive officer, director, stockholder, partner, member or manager (if the Named Insured is a limited liability company)of the Named Insured. I2. add the following exclusions: CNA74705XX(1-15) Policy No: 6043651609 Page 14 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO—VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement This insurance does not apply to: IEmployment Related Discrimination Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past Iemployment or termination of employment of any person by any Insured. Premises Related Discrimination I discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental, lease or sub-lease of any room,dwelling or premises by or at the direction of any Insured. Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity I because of discrimination. The coverage provided by this PERSONAL AND ADVERTISING INJURY —DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization whose status as an Insured derives solely from IProvision 1.ADDITIONAL INSURED of this endorsement;or attachment of an additional insured endorsement to this Coverage Part. 1 This PERSONAL AND ADVERTISING INJURY—DISCRIMINATION OR HUMILIATION Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. 21. PERSONAL AND ADVERTISING INJURY-CONTRACTUAL LIABILITY IIIA. Under COVERAGES, Coverage B —Personal and Advertising Injury Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Contractual Liability. I B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B: 1. Paragraph 2.d.is replaced bythe following: 9 P 9 d. The allegations in the suit and the information the Insurer knows about the offense alleged in such suit m are such that no conflict appears to exist between the interests of the Insured and the interests of the Fa indemnitee; 2. The first unnumbered paragraph beneath Paragraph 2.f.(2)(b)is deleted and replaced by the following: 0 So long as the above conditions are met, attorneys fees incurred by the Insurer in the defense of that I o indemnitee, necessary litigation expenses incurred by the Insurer, and necessary litigation expenses incurred by the indemnitee at the Insurer's request will be paid as defense costs. Such payments will not be deemed to be damages for personal and advertising injury and will not reduce the limits of insurance. I C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if Coverage B —Personal and Advertising Injury Liability is excluded by another endorsement attached to this Coverage Part. IN This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. ig 22. PROPERTY DAMAGE—ELEVATORS A. Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6) of IFthe Damage to Property Exclusion do not apply to property damage that results from the use of elevators. CNA74705XX(1-15) Policy No: 6043651609 Page 15 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All RightsR rywith ese ed. Includes copyrighted material of Insurance Services Office,Inc.,Inc. its permission. I CNA PARAMOUNT CNA Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the IOther Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the$250 limit shown for the cost of bail bonds and replace it with a$5,000. limit; and I B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS I If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part,the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION -BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: I The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations;or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in I a written contract or written agreement,and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part;and I 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP, CCIP,OR CONSOLIDATED(WRAP-UP)INSURANCE PROGRAMS I Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. I If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs(C.C.I.P.) is attached,then the following changes apply: I A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: I 1. Bodily injury, property damage,or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's Ibehalf; nor CNA74705XX(1-15) Policy No: 6043651609 I Page 16 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNA PARAMOUNT CNA IContractors' General Liability Extension Endorsement 2. Bodily injury or property damage included within the products-completed operations hazard that arises Iout of those portions of the project that are not residential structures. B. Condition 4.Other Insurance is amended to add the following subparagraph 4.b.(1)(c): I This insurance is excess over: (c) Any of the other insurance whether primary,excess, contingent or any other basis that is insurance available to the Named Insured as a result of the Named Insured being a participant in a consolidated (wrap-up) I insurance program, but only as respects the Named Insured's involvement in that consolidated (wrap-up) insurance program. C. DEFINITIONS is amended to add the following definitions: I Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which the prime contractor/project manager or owner of the construction project has secured general liability insurance covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled IInsurance Program(O.C.I.P.)or Contractor Controlled Insurance Program(C.C.I.P.). Residential structure means any structure where 30%or more of the square foot area is used or is intended to be used for human residency, including but not limited to: 1 1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit developments;and I 2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs, detached garages,guest houses or any similar structures). However,when there is no individual ownership of units, residential structure does not include military housing, I college/university housing or dormitories, long term care facilities, hotels or motels. Residential structure also does not include hospitals or prisons. This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS Provision I does not apply to any person or organization who otherwise qualifies as an additional insured on this Coverage Part. I0 All other terms and conditions of the Policy remain unchanged. 7, iril This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and I § expires concurrently with said Policy. s I 111 IIMI I ..... IIN CNA74705XX(1-15) Policy No: 6043651609 I Page 17 of 17 Endorsement No: 2 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNA CNA PARAMOUNT IBlanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed IOperations Coverage Endorsement This endorsement modifies insurance provided under the following: ICOMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: I I. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: IA. unless paragraph B. below applies, 1. bodily injury, property damage, or personal and advertising injury caused in whole or in part by the acts I or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract;or 2. bodily injury or property damage caused in whole or in part by your work and included in the products- !! completed operations hazard,and only if a. the written contract requires the Named Insured to provide the additional insured such coverage;and b. this coverage part provides such coverage. IB. bodily injury, property damage, or personal and advertising injury arising out of your work described in such written contract, but only if: I 1. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard;and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under I the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. II. Subject always to the terms and conditions of this policy, including the limits of insurance, the Insurer will not provide such additional insured with: Io A. coverage broader than required by the written contract;or a B. a higher limit of insurance than required by the written contract. 0 I o III. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property damage,or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, Iincluding: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications; and IN2. supervisory, inspection,architectural or engineering activities;or B. any premises or work for which the additional insured is specifically listed as an additional insured on another ilEendorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional IEinsured whether on a primary,excess, contingent or any other basis. However, if this insurance is required by written CNA75079XX(1-15) Policy No: 6043651609 I Page 1 of 2 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I CNACNA PARAMOUNT IBlanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: I The Condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1 1. give the Insurer written notice of any claim,or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the I additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation,defense,or settlement of the claim; and I 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which I the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. 1 VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person Ior organization an additional insured on this coverage part, provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy;and I B. was executed prior to: 1. the bodily injury or property damage; or I 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. I I All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and I expires concurrently with said Policy. I CNA75079XX(1-15) Policy No: 6043651609 I Page 2 of 2 Endorsement No: 4 CONTINENTAL CASUALTY COMPANY Effective Date: 11/16/2017 Insured Name: OLSON BROTHERS PRO-VAC, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.,with its permission. I I I POLICY NUMBER: COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. I DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE I This endorsement modifies insurance provided under the following: I AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM IMOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by I this endorsement. This endorsement identifies person(s)or organization(s)who are'insureds'for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. I This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. INamed Insured: OLSON BROTHERS PRO-VAC, LLC Endorsement Effective Date: 11/16/2017 ISCHEDULE I Name Of Person(s)Or Organization(s): SEE ENDORSEMENT I 1 IFInformation required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an Autos Liability Coverage in the Business Auto and Motor 'insured' for Covered Autos Liability Coverage, but only Carrier Coverage Forms and Paragraph 0.2.of Section to the extent that person or organization qualifies as an — Covered Autos Coverages of the Auto Dealers Insured' under the Who Is An Insured provision Coverage Form. contained in Paragraph A.1. of Section II — Covered II 1 CA 20 48 10 13 Copyright, Insurance Services Office, Inc.,2011 Page 1 of 1 POLICY NUMBER INSURED NAME AND ADDRESS C 6023021447 OLSON BROTHERS PRO-VAC, LLC 6622 112TH ST E PUYALLUP, WA 98373-4630 I POLICY CHANGES DESIGNATED INSURED CA2048 II This Change Endorsement changes the Policy. Please read it carefully. This Change Endorsement is a part of your Policy and takes effect on the effective date of your Policy, unless another effective date is shown. 1 II THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. II DESIGNATED INSURED BLANKET I ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY II COVERAGE IS AFFORDED UNDER THIS POLICY. II I II II II 1 ININIIIIIMI 11111111111111111N N P r ; �.- 1 Chairman of the Board ��...i'�'�' Secretary G-56015-B (ED. 11/91) I THIS PAGE LEFT BLANK INTENTIONALLY 111 1 1 I ' Cityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 56 2018 ' RFB ver. 1-18 EXHIBIT G Bond No. 106913794 • CITY OF FEDERAL WAY PERFORMANCE/PAYMENT BOND I 1 KNOW ALL PEOPLE BY THESE PRESENTS: We, the undersigned Olson Brothers Pro-Vac, LLC, ("Principal")and Travelers Casualty and Surety Company of America ' the undersigned corporation organized and existing under the laws of the State of Connecticut and legally doing business in the State of Washington as a surety("Surety"), are held and firmly bonded unto the Cityof Federal Way, a Washington municipal corporation ("City") in the penal sum of One Hundred Ninety-Five Thousand Five Hundred Eighty-One and 57/100 Dollars ($195,581.57) for the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns,jointly and severally. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. The Principal has entered into an Agreement with the City dated 2t a S , 2018 8 for the 2018 Storm Drain CCN Inspection and Assessment. NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (1) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty-five percent (25%) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a)cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or(c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 57 2018 RFB ver. 1-18 i 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 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. I The Surety shall not interplead prior to completion of the mediation. DATED this 23rdday of May , 20 18. ICORPORATE SEAL OF PRINCIPAL: PRINCIPAL OLSON BROTHERS PRO-VAC, LLC li tD6:412 ,ticy By: 1111 Wesley BrJood,_/icePresident 6622 112th Street E Puyallup, WA 98373 (888) 565-5665 ! STATE OF WASHINGTON ) 1 ) ss. COUNTY OF Pi ecce. ) I On this day personally appeared before me Wesley Brood to me known to be the Vice President of Olson Brothers Pro-Vac, LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein I mentioned, and on oath stated that he/she was authorized to execute said instrument. •� NI R GIVEN my hand and official seal this c3 r day of '(V\au , 201 . `��.�`."---;;o .,O,s { Notary's signature - --------------e----Z...-" z : ' NOTARY �; Notary's printed name f�• e\raw ,w {�3 s r 's_ : '~ Notary Public in and for the State of Washington. A'.�„PUBLIC .. I My commission expires 5��� ? ZO �'% <(`q'7.29ZO G'��.•`c %• �F WAS .t`a I CORPORATE SEAL OF SURETY: Travelers Casualty and Surety Company of America $&��,� ��,,,,aa�� SU" _..o..-'y�4.NiY•p, 1 • ' • ,• ► ! r .k By: �I �tI%:;moi IJ * t• • Attorney-in-Fact 1 •. (Attach Power of • 'orney) 6 . ,.14NQ3 i t I I Y s• .n,lontivHi . Carley Espiritu '• ' (Name of Person Executing Bond) ja 417 li t1^ , ,' 1501 Fourth Ave., Suite 1000 Seattle, WA 98101 I (Addr)e326ss) (206 -4290 (Phone) APPROVED AS TO FORM: I //i/� ' W.J. Ryan Call, City Attorney City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 58 2018 I RFB ver. 1-18 3 I. Travelers Casualty and Surety Company of America 411110► Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company I POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Carley Espiritu,of Tacoma,Washington,their true and lawful Attorney-in-Fact to sign,execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts Iand executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. Igr►wrryk 440.TT Aho. 4011( 00 IState of Connecticut By: City of Hartford ss. Robert L. Raney,Se ohi"r Vice President On this the 3rd day of February,2017, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and I that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30th day of June,2021el* L . 1* Marie C.Tetreault,Notary Public 3. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and ISurety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and IAgents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is IFURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is IFURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more ICompany officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power I of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Co th4 ,. re with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of , - and Surety Company of America, Travelers Casualty and Surety I and St. Paul Fire and Marine Insurance Company • . :."y ,above and foregoing is a true and correct copy of the Power of Attorney executed by said Companie ,which r-mainfull f• r1. ffe '. Dated this r)...... (4 day of O • ," t..Y+• � •i A,, to I 4.044 irt ON le; t • "'�•,,r GKevin E.Hughes,Assi tant Secretary " "sag'mow To verify the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please reefer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. EXHIBIT H 1 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 bycompetitive biddingor negotiations made bythe contractor for P 9 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 Cityof Federal WayRFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 59 2018 ' RFB ver. 1-18 6. Incorporation of Provisions ' The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the ' Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub-contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non-compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub-contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. 1 1 City of Federal Way RFB# 18-009 2018 Storm Drain CCTV Inspection and Assessment Page 60 2018 ' RFB ver. 1-18 I Attachment K IStatement of Qualifications I This form shall be completed in its entirety and submitted with the bid. Failure to submit and meet the requirements as stated in Section 1.02.1 of the Special Provisions shall be grounds for rejection of the bid. IThe City of Federal Way will be the sole judge in determining if the prospective Contractor meets the minimum experience requirements. ICCN Contractor: Name: Olson Brothers Pro-Vac Address: 6622 112th Street East Puyallup, WA. 98373 I Phone: 253-435-4328 Contact Person: Graham Gill I The Contractor performing the CCN inspection shall have successfully completed investigations of storm drains or sewer mains owned by public agencies or municipalities using robotic CCN cameras for a minimum of three (3) projects totaling at least 50,000 linear feet of pipe within the past three (3)years in storm drains or sewers that are 12-inch diameter or greater. IList three (3) successfully completed projects totaling a minimum of 50,000 linear feet using CCN in storm drains or sewer mains that are 12-inch diameter or greater: I #1 Project Name: Stormwater Condition Assessment Owner: City of Bellevue Contact Person: Tony Shehab 425-614-5631 I Size of Pipe: 12-48" Total Length: 200,000 LF Completion Date: Ongoing I #2 Project Name: Owner: Surface Water Infrastructure Cleaning & Inspection services City of Lakewood Contact Person: Greg Vigoren - 253-983-7771 Size of Pipe: 12-48" Total Length: 130,000 LF ICompletion Date: Ongoing Systems Inspection and Repair of Stormwater S #3 Project Name: p p y Owner: King County Contact Person; Shannon Kelly- 60,000 LF (206-477-4730 I Size of Pipe: 12-48" Total Length: Completion Date: Ongoing I Camera Operator(s): The CCN operator(s) performing the conditional assessment shall have a current certification for NAASCO's Pipeline Assessment Certification Program (PACP). A copy of current certifications Ifor all operators performing work on this project shall be submitted with the bid. #1 Name: Jerry Hyatt I PACP Certification Expiration Date: June 9, 2020 #2 Name: Luis Parada I I PACP Certification Expiration Date: June 9, 2020 I City of Federal Way RFB#18-009 2018 Storm Drain CCTV Inspection and Assessment Page 61 2018 RFB ver. 1-18 illvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal l I 1 INTRO.AP1 I 2 INTRODUCTION 3 The following Amendments and Special Provisions shall be used in conjunction with the I 4 2018 Standard Specifications for Road, Bridge, and Municipal Construction. 5 6 AMENDMENTS TO THE STANDARD SPECIFICATIONS 7 I 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 I 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 I18 January 2, 2018 19 1-02.4(1) General I 20 This section is supplemented with the following: 21 22 Prospective Bidders are advised that the Contracting Agency may include a partially I 23 24 completed Washington State Department of Ecology (Ecology) Transfer of Coverage (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 26 transfer of coverage of the CSWGP to the Contractor, an informational copy of the I27 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, III, 29 and VIII of the Transfer of Coverage and return the form to the Contracting Agency. I 30 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. I 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 I 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 I 49 50 Forms. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK IRevised: 1/11/18 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, III, 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 This section 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 X» = x n 45 46 Where: 47 x = individual compaction test values for each sublot in the lot. 48 Zx = summation of individual compaction test values 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 ' I 1 n = total number test values I 2 3 2. Compute the sample standard deviation, "S", for each constituent: 4 I 5 S= z nExz-(Ex) z n(n-1) I6 7 Where: 8 lx2= summation of the squares of individual compaction test values I 9 (Ex)2 = summation of the individual compaction test values squared 10 11 3. Compute the lower quality index (QL): I 12 _ Xm—LSL 13 QL — S I 14 15 Where: 16 LSL = 91.5 I 17 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 I 21 figure in the table, use the next higher value. 22 23 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 I 30 31 7. If the CPF determined from step 6 is 1.00 or greater: use that CPF for the compaction lot; however, the maximum HMA compaction CPF using an LSL= 32 91.5 shall be 1.05. 33 ' 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 38 shall be 1.00. 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 I 43 than HMA compaction, are as follows: .. 44 I I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK 1 Revised: 1/11/18 1 1-07.AP1 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 34 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 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 a. Persistent conduct that is offensive and unwelcome. I 2 3 b. Conduct that is considered to be hazing. 4 5 c. Jokes about race, gender, or sexuality that are offensive. I 6 7 d. Unwelcome, unwanted, rude or offensive conduct or advances of a sexual 8 nature which interferes with a person's ability to perform their job or creates an I9 intimidating, hostile, or offensive work environment. 10 11 e. Language or conduct that is offensive, threatening, intimidating or hostile I 12 based on race, gender,or sexual orientation. 13 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 21 site any employee engaging in behaviors that promote harassment, humiliation, fear or I 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 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 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.AP 1 I 38 Section 1-08, Prosecution and Progress 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 Ill 43 44 f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology);the elapse of 30 calendar days from the date of receipt of the 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 II • 47 Permit is transferred back to the Contracting Agency in accordance with Section 8- 48 01.3(16). 49 I 50 1-08.7 Maintenance During Suspension 51 The fifth paragraph is revised to read: I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 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)0 Shoring and Cofferdams 10 The first sentence of the sixth paragraph is revised to read: 11 I 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 I 34 as a compaction aid when developing a mix design or submitting a mix design for 35 QPL evaluation. The use of HMA additives isnot 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 1 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 5-04.2(2)B Using HMA Additives I 2 3 The Contractor may, at the Contractor's discretion, elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives 4 include organic additives, chemical additives and foaming processes. The use of I 5 Additives is subject to the following: 6 7 • Do not use additives that reduce the mixing temperature in accordance with 8 Section 5-04.3(6) in the production of High RAP/Any RAS mixtures. I9 10 • Before using additives, obtain the Engineer's approval using WSDOT Form 11 350-076 to describe the proposed additive and process. I 12 13 5-04.3(3)A Mixing Plant 14 In item number 5 of the first paragraph, `WSDOT T 168" is revised to read"FOP for I 15 AASHTO T 168". 16 17 5-04.3(4) Preparation of Existing Paved Surfaces I 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, 21 CSS-1h, or Performance Graded (PG) asphalt for tack coat. I22 23 5-04.3(6) Mixing 24 The first paragraph is revised to read: I 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 29 shipment to the asphalt mixing plant. 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 34 more than 25°F, or as approved by the Engineer. When an additive is included in the I 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 I45 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 stockpiles will be used to calculate voids in mineral aggregate (VMA) of any HMA 49 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: I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK 111 Revised: 1/11/18 1 1 VMA Minimum PF; of 0.95 None4 based on the criteria in Section 5-04.3(9)B42 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)B3 Mixture Statistical Evaluation—Acceptance Testing 8 In Table 11, "Va" is revised to read"VMA and Va" 9 1 10 5-04.3(9)B5 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)B7 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. 11120 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). 43 44 The last two paragraphs are revised to read: 45 ' 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 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 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 UP When CPF = 1.00 CPA= $0 ' When CPF< 1.0 CPA= [0.40 x (CPF— 1.00)] x Q x UP 4 5 Where • 6 CPA = Compaction Price Adjustment for the compaction lot ($) 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 ' 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". 16 ' 17 6-01.12 Final Cleanup 18 The second paragraph is deleted. 19 ' 20 6-02.AP6 21 Section 6-02, Concrete Structures 22 January 2, 2018 ' 23 6-02.3(2)A Contractor Mix Design 24 The last sentence of the last paragraph is revised to read: ' 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. 29 30 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D 31 Item number 5 of the first paragraph is deleted. ' 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: ' 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 • 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 I 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. 1 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 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 The eighth paragraph is revised to read: I 2 3 Precast concrete supports may be accepted based on a Manufacturer's Certificate of 4 Compliance. I 5 6 The ninth paragraph (excluding the numbered list) is revised to read: 7 8 In lieu of precast concrete supports,the Contractor may use metal or all-plastic supports I 9 to hold uncoated bars. Any surface of a metal support that will not be covered by at 10 least 1/2 inch of concrete shall be one of the following: 11 I12 The tenth paragraph is revised to read: 13 14 In lieu of precast concrete supports, epoxy-coated reinforcing bars may be supported by I 15 one of the following: 16 17 1. Metal supports coated entirely with a dielectric material such as epoxy or I18 plastic, 19 20 2. Other epoxy-coated reinforcing bars, or 21 I 22 23 3. All-plastic supports. 24 The following new paragraph is inserted after the tenth paragraph: I 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: 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 1 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 36 compensate for the difference in the coefficient of thermal expansion between plastic and concrete. The shape and configuration of all-plastic supports shall permit complete 37 concrete consolidation in and around the support. I 38 39 The thirteenth paragraph (after the preceding Amendment is applied) is revised to read: 40 41 A"mat" is two adjacent and perpendicular layers of reinforcing steel. In bridge decks, I 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 46 bars No. 5 and larger). Wire ties to girder stirrups shall not be considered as supports. 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 I52 T 23". I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK I Revised: 1/11/18 1 2 6-05.AP6 3 Section 6-05, Piling 4 January 2, 2018 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 squareinch shall 9 be 0.095• fc plus prestress in tension, and 0.85f'c minus prestress in compression, 10 where f'c 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 28 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 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK jl Revised: 1/11/18 �I� I 1 Traffic shall not be permitted on the finished concrete until it has reached a minimum I 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. 4 5 6-09.3(1)B Rotary Milling Machines I6 This section is revised to read: 7 8 Rotary milling machines used to remove an upper layer of existing concrete overlay, I 9 when present, shall have a maximum operating weight of 50,000 pounds and conform 10 to Section 6-08.3(5)B. 11 I 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 17 remove sound concrete to the nominal scarification depth shown in the Plans with a single pass of the machine, and with the simultaneous removal of deteriorated concrete. I18 19 20 6-09.3(1)D Shot Blasting Machines 21 This section, including title, is revised to read: I 22 23 6-09.3(1)D Vacant 24 I 25 6-09.3(2) Submittals 26 Item number 1 and 2 are revised to read: 27 I 28 29 1. A Type 1 Working Drawing consisting of catalog cuts and operating parameters of the hydro-demolition machine selected by the Contractor for use in this project to 30 scarify concrete surfaces. 31 I32 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). I 35 36 The first sentence of item number 3 is revised to read: 37 I 38 A Type 2 Working Drawing of the Runoff Water Disposal Plan. 39 40 6-09.3(5)A General I 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 111 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 f 1 1 2 6-09.3(5)6 Testing of Hydro-Demolition and Shot Blasting Machines 3 This section's title is revised to read: 4 5 Testing of Hydro-Demolition Machines 6 111 7 The second paragraph is revised to read: 8 9 In the "sound"area of concrete, the equipment shall be programmed to remove I 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 32 Once the lane or strip beingoverlaid 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: AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 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. 4 I 5 The first sentence of the third to last paragraph is revised to read: 6 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 I 9 bars alongside the deteriorated bars in accordance with the details shown in the 10 Standard Plans. 11 I 12 The last paragraph is deleted. 13 14 6-09.3(7) Surface Preparation for Concrete Overlay I 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. 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 r, 24 compressed air or vacuum machines. I25 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. 32 33 Scarification, and removal of the upper layer of concrete overlay when present, m ay 34proceed duringthe final cleaningand overlay placement phases of the Work on I 35 36 adjacent portions of the Structure so long as the scarification and concrete overlay 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 41 and concrete overlay removal equipment removed sufficiently away from the area being I 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 I48 6-09.3(12) Finishing Concrete Overlay 49 The third paragraph is deleted. 50 51 The last paragraph is deleted. 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 6-09.3(13) Curing Concrete Overlay 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 I 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 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 1 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 6-19.AP6 2 Section 6-19, Shafts 3 January 2, 2018 I 4 6-19.3(3)C Conduct of Shaft Casing Installation and Removal and Shaft 5 Excavation Operations 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 9 shaft excavation as shown in the Plans. 10 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. 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. ' 20 21 7-02.AP7 22 Section 7-02, Culverts `' 23 January 2, 2018 24 7-02.3(6)A4 Excavation and Bedding Preparation 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 I29 AASHTO Grading No. 57 as specified in Section 9-03.1(4)C. 30 31 8-01.AP8 32 Section 8-01, Erosion Control and Water Pollution Control 33 January 11, 2018 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 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. 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 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK II ' Revised: 1/11/18 r I 1 water quality related permits but the project is subject to applicable laws for the Work. 2 Section 8-01 covers all of these conditions. I 3 4 8-01.2 Materials 5The first paragraph is revised to read: 6 1 7 Materials shall meet the requirements of the following sections: 8 9 Corrugated Polyethylene Drain Pipe 9.05.1(6) I 10 Quarry Spalls 9-13 11 Erosion Control and Roadside Planting 9-14 12 Construction Geotextile 9-33 I 13 14 8-01.3(1) General 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 I 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 I 27 stormwater. 28 29 The Contractor shall install a high visibility fence along the site preservation lines shown I 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 area, acting immediately to repair or restore any fencing 34 damaged or removed. 35 I 36 All discharges to surface waters shall comply with surface water quality standards as 37 defined in Washington Administrative Code (WAC) Chapter 173-201A. 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 43 1. Sediment control measures prior to ground disturbing activities to ensure all 44 discharges from construction areas receive treatment prior to discharging from 45 the site. I j 46 47 2. Flow control measures to prevent erosive flows from developing. 48 I 49 3. Water management strategies and pollution prevention measures to prevent 50 contamination of waters that will be discharged to surface waters or the 51 ground. I 52 I I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 4. Erosion control measures to stabilize erodible earth not being worked. 111 2 3 5. Maintenance of BMPs to ensure continued compliant performance. 4 111 5 6 6. Immediate corrective action if evidence suggests construction activity is not in compliance. Evidence includes sampling data, olfactory or visual evidence 7 such as the presence of suspended sediment, turbidity, discoloration, or oil 8 sheen in discharges. 1119 10 To the degree possible, the Contractor shall coordinate this temporary Work with 11 permanent drainage and erosion control Work the Contract requires. P12 13 Clearing, grubbing, excavation, borrow, or fill within the Right of Way shall never expose 14 more erodible earth than as listed below: 15 Western Washington Eastern Washington (West of the Cascade (East of the Cascade Mountain Crest) Mountain Crest) IMay 1 through 17 Acres April 1 through 17 Acres September 30 October 31 1 November 1 IOctober through April 5 Acres through March 5 Acres 30 31 1- 16 I17 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 P20 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 24 the specified time period (see the table below), using BMPs for erosion control. I Western Washington Eastern Washington (West of the Cascade (East of the Cascade I Mountain Crest) Mountain Crest) October 1 2 days October 1 5 days through April maximum through June I 30 maximum 30 May 1 to 7 days November 1 10 days September 30 maximum throug3 March maximum II25 26 When applicable, the Contractor shall be responsible for all Work required for compliance with the CSWGP including annual permit fees. P27 28 29 If the Engineer, under Section 1-08.6, orders the Work suspended, the Contractor shalt 30 continue to comply with this division during the suspension. P31 32 Nothing in this Section shall relieve the Contractor from complying with other Contract 33 requirements. I34 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK pRevised: 1/11/18 1 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 6 8-01.3(1)A7 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 I 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 new 19 TESC Plan. If the Contractor adopts the Contracting Agency TESC Plan, the Contractor I 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 I 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 TESC Plans shall be submitted as Type 1 Working Drawings. 34 35 8-01.3(1)B Erosion and Sediment Control (ESC) Lead ' 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 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. AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 ' 1 I 2 3 3. Discharge sampling and submitting Discharge Monitoring Reports(DMRs) to the Washington State Department of Ecology in accordance with the CSWGP. 4 I 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 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 I 9 TESC 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 11 resolved, and the date the issue was fully resolved. I 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 I 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 Erosion and Sediment Control Site Inspection Form, located at I18 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 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: I 25 26 8-01.3(1)C5 Water Management for In-Water Work Below Ordinary High Water 27 Mark(OHWM) I 28 Work over surface waters of the state (defined in WAC 173-201A-010) or below the 29 OHWM (defined in RCW 90.58.030) must comply with water quality standards for 30 surface waters of the state of Washington. 31 I 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. I 35 36 The fluid shall meet specific requirements for biodegradability, aquatic toxicity, and 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 41 are acceptable. The Contractor shall respond to spills to land or water in accordance I42 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 49 2 Working Drawing, detailing product information, installation and removal procedures, equipment and workforce needs, maintenance plans, and emergency 50 repair/replacement plans. 1 51 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK IRevised: 1/11/18 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 I 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 I 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. 52 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 d. The infiltration rate shall be reduced if needed to prevent wastewater from I 2 3 leaving the infiltration location. The infiltration site shall be monitored regularly during infiltration activity. All wastewater discharged to the 4 ground shall fully infiltrate and discharges shall stop before the end of I 5 each work day. 6 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 surface waters, wells, on-site sewage systems, aquifer sensitive recharge I 12 13 areas, sole source aquifers, well head protection areas, and shall be marked on the plan sheets before the infiltration activity begins. 14 I15 16 g. Prior to infiltration, the Contractor shall submit a Shaft Drilling Slurry 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 construction requirements, and updated to reflect what is being done in I18 19 the field. The Working Drawing shall include, at a minimum,the following 20 information: 21 I 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 I 25 26 150 feet. 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. 31 I 32 iv. The estimated total volume of wastewater to be infiltrated. 33 34 v. The approved flocculant to be used (if any). I 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. I 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 49 not adequate. 50 x. The strategy for cleaning up the infiltration location after the infiltration I 51 activity is done. Cleanup shall include stabilizing any loose sediment 52 on the surface within the infiltration area generated as a byproduct of I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK IRevised: 1/11/18 1 1 suspended solids in the infiltrated wastewater or soil disturbance 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 I 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. I 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 I 52 Standard Plans, prior to construction vehicles entering the roadway from locations that AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 generate sediment track out on the roadway. Material used for stabilized construction I 2 entrance shall be free of extraneous materials that may cause or contribute to track out. 3 4 8-01.3(8) Street Cleaning ' 5 This section is revised to read: 6 7 Self-propelled pickup street sweepers shall be used to remove and collect dirt and other 1118 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 I12 street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. 13 14 When allowed by the Engineer, power broom sweepers may be used in non- ' 15 16 environmentally sensitive areas. The broom sweeper shall sweep,dirt and other debris from the roadway into the work area. The swept material shall be prevented from 17 entering or washing into waters of the State. 18 I19 Street washing with water will require the concurrence of the Engineer. 20 21 8-01.3(12) Compost Socks Il22 The first two sentences of the first paragraph are revised to read: 23 24 Compost socks are used to disperse flow and sediment. Compost socks shall be P25 26 installed as soon as construction will allow but before flow conditions create erosive flows or discharges from the site. Compost socks shall be installed prior to any mulching 27 or compost placement. P28 29 8-01.3(13) Temporary Curb 30 The second to last sentence of the second paragraph is revised to read: P31 32 Temporary curbs shall be a minimum of 4 inches in height. 33 8-01.3(14) Temporary Pipe Slope Drain P34 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, I 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 I 41 42 pond, rock splash pad, or vegetated strip, in a manner to prevent erosion and maintain water quality compliance. 43 The last paragraph is deleted. P44 45 46 8-01.3(15) Maintenance 47 This section is revised to read: Il 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. 51 When deficiencies in functional performance are identified, the deficiencies shall be 52 rectified immediately. I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK IRevised: 1/11/18 1 2 The BMPs shall be inspected on the schedule outlined in Section 8-01.3(1)B for 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 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 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 25 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 I 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 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: 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 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 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 If the Engineer approves the transfer of coverage back to the Contracting Agency, the - Notice I 2 requirement in Section 1 07.5(3) for the Contractor's submittal of the of ce of 3 Termination form to the Washington State Department of Ecology will not apply. 4 I 5 8-01.4 Measurement 6 This section's content is deleted and replaced with the following new subsections: 7 111 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 defined in Section 8-01 except as described in Sections 8-01.4(3) and 8-01.4(4). Also, Ill 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. 14 ' 15 8-01.4(2) Item Bids 16 When the Proposal does not contain the items "Erosion Control and Water Pollution 17 Prevention", Section 8-01.4(1) and 8-01.5(1) are deleted and the Bid Proposal will I18 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. I 22 23 Biodegradable erosion control blanket and plastic covering will be measured by the 24 square yard along the ground slope line of surface area covered and accepted. I 25 26 Turbidity curtains will be measured by the linear foot along the ground line of the 27 installed curtain. 28 I 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 I 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 I 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 drainage structure. 46 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. I51 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK IRevised: 1/11/18 I - 1 Temporary curbs will be measured by the linear foot along the ground line of the 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 11139 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: 52 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 ' I 1 1. The Contracting Agency will pay 15 percent of the bid amount for the I 2 initial set up for the item. Initial set up includes the following: 3 4 a. Acceptance of the TESC Plan provided by the Contracting Agency or • I 5 6 submittal of a new TESC Plan, 7 b. Submittal of a schedule for the installation of the BMPs, and 8 I 9 c. Identifying water quality sampling locations. 10 11 2. 70 percent of the bid amount will be paid in accordance with Section 1- I 12 13 09.9. 14 3. Once the project is physically complete and copies of the all reports I15 16 submitted to the Washington State Department of Ecology have been submitted to the Engineer, and, if applicable, transference of the CSWGP 17 back to the Contracting Agency is complete, the remaining 15 percent of I18 theBibidds amount shall be paid in accordance with Section 1-09.9. 19 20 8-01.5(2) Item 21 "ESC Lead", per day. I 22 23 "Turbidity Curtain", per linear foot. 24 I 25 "Biodegradable Erosion Control Blanket", per square yard. 26 27 "Plastic Covering", per square yard. 28 I 29 "Check Dam", per linear foot. 30 31 "Inlet Protection", per each. I 32 33 "Gravel Filter Berm", per linear foot. 34 I 35 "Stabilized Construction Entrance", per square yard. 36 37 "Street Cleaning", per hour. I 38 39 "Silt Fence", per linear foot. 40 41 "Wood Chip Berm", per linear foot. 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 I 51 "Temporary Curb", per linear foot. 52 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 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 hasentered 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 deleted 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 "Liming", per acre. I 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 January2, 2018 Ill 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 28 area preparation, planting, cleanup, and water necessary to complete planting 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 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 2 Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation I 3 Systems, and Electrical 4 January 2, 2018 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 111 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 I 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 43 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 The Asphalt Supplier of Performance Graded (PG) asphalt binder and emulsified ' 2 3 asphalt shall have a Quality Control Plan (QCP) in accordance with WSDOT QC 2 "Standard Practice for Asphalt Suppliers That Certify Performance Graded and 4 Emulsified Asphalts". The Asphalt Supplier's QCP shall be submitted and receive the 5 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 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 10 Contract. 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 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 ' 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: 26 27 In addition to AASHTO M 332 Table 1 specification requirements, PG asphalt binders 28 shall meet the following requirements: ' 29 Additional Requirements by Performance Grade(PG)Asphalt Binders ' Pro ert Test Method PG58H-22 PG58V-22 PG64H-28 PG64V-28 p y RTFO ' Residue: Average AASHTO T Percent 350' 30% Min. 25% Min. 30% Min. ' 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 Jnrd;ff and the PAV direct tension specifications of AASHTO M 332 are not ' 34 35 required. 36 9-02.1(6) Cationic Emulsified Asphalt ' 37 This section is revised to read: 38 39 Cationic Emulsified Asphalt meeting the requirements of AASHTO M 208 Table 1 of the ' 40 grades specified in the Contract shall be used. 41 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 9-02.5 Warm Mix Asphalt (WMA) Additive 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 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 271T 11" is revised to read 17 "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 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 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 9-04.AP9 2 Section 9-04, Joint and Crack Sealing Materials 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". 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 13 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement ' 14 This section is supplemented with the following: 15 16 Hot poured sealant for bituminous pavement is acceptable for installations in joints ' 17 where cement concrete pavement abuts a bituminous pavement. 18 19 9-06.AP9 ' 20 Section 9-06, Structural Steel and Related Materials 21 January 2, 2018 22 9-06.5 Bolts 23 This section's title is revised to read: 24 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 ' 32 otherwise specified, shall be Grade 105 and shall conform to Supplemental 33 Requirements S2, S3, and S4. 34 35 Nuts for ASTM F1554 Grade 105 black anchor bolts and anchor rods shall conform to ' 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. 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 I� AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 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 16 January 2, 2018 17 9-08.1(2)K Orange Equipment Enamel 18 In the second sentence of the firstP ara9 p ra h 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 37 The first paragraph (up until the colon) is revised to read: 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 44 Section 9-14, Erosion Control and Roadside Planting 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 1 In Table 1, the second to last row is deleted. 2 3 9-20.AP9 4 Section 9-20, Concrete Patching Material, Grout, and Mortar 5 January 2, 2018 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 15 9-21.2 Raised Pavement Markers Type 2 ' 16 This section's content is deleted. 17 18 9-21.2(1) Physical Properties I 19 This section, including title, is revised to read: 20 21 9-21.2(1) Standard Raised Pavement Markers Type 2 22 The marker housing shall contain reflective faces as shown in the Plans to reflect 23 incident light from either a single or opposite directions and meet the requirements of 24 ASTM D 4280 including Flexural strength requirements. 25 ' 26 9-21.2(2) Optical Requirements 27 This section, including title, is revised to read: 28 ' 29 30 9-21.2(2) Abrasion Resistant Raised Markers Type 2 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 32 coefficient of luminous intensity of the markers shall be measured after subjecting the 33 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. ' 36 37 9-21.2(3) Strength Requirements 38 This section is deleted in its entirety. 39 40 9-28.AP9 41 Section 9-28, Signing Materials and Fabrication ' 42 January 2, 2018 43 9-28.11 Hardware ' 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. 48 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 1 1 9-28.14(2) Steel Structures and Posts 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 1 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 I 28 minimum width of 1/2-inch 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 ' I1 1 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 4 0.00 to 0.06 percent or 0.15 to 0.25 percent. ' 5 6 9-29.6(5) Foundation Hardware 7 In the last paragraph, "AASHTO M232" is revised to read"ASTM F 2329". 8 ' 9 9-29.10(1) Conventional Roadway Luminaires 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. 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 17 specified in the Contract. Painted housings shall withstand a 1,000 hour salt spray test ' 18 as specified in ASTM B117. 19 20 Each housing shall include a four bolt slip-fitter mount capable of accepting a nominal 2" 21 tenon and adjustable within +1- 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 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 ' 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 ' 31 the Contract. Order codes shall be modified to the minimum extent necessary to include 32 the option for house side shields. 33 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: 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 45 screws. The reflector shall be polished aluminum or prismatic borosilicate 46 glass. 47 48 49 4. Flat lenses shall be formed from heat resistant, high-impact, molded borosilicate or tempered glass. 50 51 5. The lens shall be mounted in a doorframe assembly, which shall be hinged to 52 the luminaire and secured in the closed position to the luminaire by means of AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 an automatic latch. The lens and doorframe assembly, when closed, shall , 2 exert pressure against a gasket seat. The lens shall not allow any light output I 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 I 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). I 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. I 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 I 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. I 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, I 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 I 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. I 29 Wire nuts may not be used for any purpose. All external electrical connections to the i 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) I 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 I 36 Celsius. 37 38 LED luminaires shall be available for 120V, 240V, and 480V supply voltages. Voltages I 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 I 200W 110W 250W 165W 1 310W 210W I 400W 275W 42 43 Only one brand of LED conventional roadway luminaire may be used on a Contract. I 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. I 47 I AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 I 1 The list of pre-approved LED Conventional Roadway Luminaires is available at I 2 http://www.wsdot.wa.gov/Design/Traffic/ledluminaires.htm. 3 4 9-29.10(2) Decorative Luminaires 5 This section, including title, is revised to read: I 6 7 9-29.10(2) Vacant 8 I9 9-29.12 Electrical Splice Materials 10 This section is supplemented with the following new subsections: 11 I 12 9-29.12(3) Splice Enclosures 13 9-29.12(3)A Heat Shrink Splice Enclosure 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. I 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 21 material used shall be compatible with the insulation material of the insulated I 22 conductor or cable. The component materials of the resin insulation shall be 23 packaged ready for convenient mixing without removing from the package. m:° 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 31 Vinyl electrical tape in splicing applications shall meet the requirements of MIL-I- ' 32 24391C. 33 34 9-29.12(1) Illumination Circuit Splices I 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. 41 42 9-29.12(1)A Heat Shrink Splice Enclosure 43 This section is deleted in its entirety. 44 I45 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 I 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 "°Qa 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 I 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±10 KU than±10 KU than±10 KU Heat Stability ASTM D 5622 ±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 e0%paint retention in wheel track* Mud Cracking (See note 7) No Cracks No Cracks 34 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 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 i I White Yellow I Min. Max. Min. Max. Within±0.3 of qualification sample I 80 95 80 95 60 60 77 77 I65 65 . 43 43 1.25 1.25 3 3 ill 0.98 0.96 88 50 100° 100° I 9.5 9.5 • 10 10 100%acrylic emulsion ©5 cycles show no coagulation or I change in viscosity greater than±10 KU ±10 KU from the initial viscosity No Cracks 111Pass at 0.25 in mandrel z70%paint retention in wheel track No Cracks 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 6 Section 3.1.1. 7 5Cold Flexibility: The paint shall be applied to an aluminum panel at a wet film thickness I 8 9 of 15 mils and allowed to dry under ambient conditions (50±10%RH and 72±5 °F)for 24 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 12 aluminum panel with dry paint shall be put in the 40°F refrigerator with the mandrel 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 show no evidence of cracking, chipping or flaking when bent 180 degrees over a I14 15 mandrel bar of specified diameter. 16 17 6NTPEP test deck, or a test deck conforming to ASTM D713, shall be conducted for a I18 19 minimum of six months with the following additional requirements: it shall be applied at 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. I25 26 9-34.3 Plastic 27 In the first sentence of the last paragraph, "Federal Standard 595" is revised to read "SAE I 28 AMS Standard 595". 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK I Revised: 1/11/18 1 2 9-34.3(2) Type B— Pre-Formed Fused Thermoplastic I 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 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 I 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 1 1 1 1 AMENDMENTS TO THE 2018 STANDARD SPECIFICATIONS BOOK Revised: 1/11/18 ' 1 2 INTRODUCTION TO THE SPECIAL PROVISIONS 3 (August 14, 2013 APWA GSP) ' 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 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 ' 11 Documents, shall govern all of the Work. 12 13 These Special Provisions are made up of both General Special Provisions (GSPs) from ' 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 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 ' 21 The project-specific Special Provisions are not labeled as such. The GSPs are labeled under 22 the headers of each GSP, with the effective date of the GSP and its source. For example: 23 ' 24 25 (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) 26 (May 1, 2013 City of Federal Way GSP) ' 27 28 Also incorporated into the Contract Documents by reference are: 29 • Manual on Uniform Traffic Control Devices for Streets and Highways, currently ' 30 adopted edition, with Washington State modifications, if any 31 • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current 32 edition ' 33 • City of Federal Way Public Works Development Standards, current edition 34 35 Contractor shall obtain copies of these publications, at Contractor's own expense. ' 36 37 38 ' 39 DESCRIPTION OF WORK 40 41 This contract provides for the Closed-Circuit Television (CCTV) inspection of storm drain 42 pipes within public right-of-way as defined in the contract plans, in accordance with these 43 Contract Provisions and the Standard Specifications. 44 45 Storm drains within public right-of-way in the following schedules are included in this work: ' 46 47 SCHEDULE A 48 Schedule A includes inspecting local and collector roadways in the following maps as ' 49 shown in the plans: 50 • Adelaide 51 • Lake Grove ' 52 • Cold Creek 53 SP-1 I 1 SCHEDULE B I 2 Schedule B includes inspecting local and collector roadways in the following maps as 3 shown in the plans: 4 • Steel Lake I 5 • Laurelwood 6 • Redondo Heights 7 • Redondo I 8 9 SCHEDULE C 10 Schedule C includes inspecting local and collector roadways in the following maps as 11 shown in the plans: I 12 • Mirror Lake 13 • Easter Lake 14 • Mirror Lake Lakota 15 16 SCHEDULE D 17 Schedule D includes inspecting local and collector roadways in the following maps as I 18 shown in the plans: 19 • Dash Point 20 • Palisades I 21 • Twin Lakes North 22 23 SCHEDULE E I 24 Schedule E includes inspecting local and collector roadways in the following maps as 25 shown in the plans: 26 • Twin Lakes South 27 • Green Gables I 28 • Alderdale 29 30 I 31 I I I I I I I SP-2 I I 1 Division 1 2 General Requirements 3 4 5 1-01 Definitions and Terms 6 7 1-01.3 Definitions I8 (January 4, 2016 APWA GSP) 9 10 Delete the heading Completion Dates and the three paragraphs that follow it, and replace I 11 them with the following: 12 13 Dates I 14 Bid Opening Date 15 The date on which the Contracting Agency publicly opens and reads the Bids. 16 Award Date ' 17 The date of the formal decision of the Contracting Agency to accept the lowest 18 responsible and responsive Bidder for the Work. I 19 Contract Execution Date ' 20 The date the Contracting Agency officially binds the Agency to the Contract. 21 Notice to Proceed Date 22 The date stated in the Notice to Proceed on which the Contract time begins. I23 Substantial Completion Date 24 The day the Engineer determines the Contracting Agency has full and unrestricted 25 use and benefit of the facilities, both from the operational and safety standpoint, any 26 remaining traffic disruptions will be rare and brief, and only minor incidental work, 27 replacement of temporary substitute facilities, plant establishment periods, or 28 correction or repair remains for the Physical Completion of the total Contract. ' 29 Physical Completion Date 30 The day all of the Work is physically completed on the project. All documentation 31 required by the Contract and required by law does not necessarily need to be I 32 furnished by the Contractor by this date. 33 Completion Date 34 The day all the Work specified in the Contract is completed and all the obligations of I 35 the Contractor under the contract are fulfilled by the Contractor. All documentation 36 required by the Contract and required by law must be furnished by the Contractor 37 before establishment of this date. I 38 39 Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. 40 I 41 Supplement this Section with the following: 42 43 All references in the Standard Specifications, Amendments, or WSDOT General Special 44 Provisions, to the terms "Department of Transportation", "Washington State 11 I " "Commission", "SecretaryTransportation", "Secretary", 45 Transportation Commission", Commission , of ry , 46 "Headquarters", and "State Treasurer"shall be revised to read "Contracting Agency". 47 I 48 All references to the terms "State"or"state"shall be revised to read "Contracting Agency" 49 unless the reference is to an administrative agency of the State of Washington, a State 50 statute or regulation, or the context reasonably indicates otherwise. 51 SP-3 1 1 1 All references to"State Materials Laboratory"shall be revised to read "Contracting 2 Agency designated location". 3 4 All references to "final contract voucher certification" shall be interpreted to mean the 5 Contracting Agency form(s) by which final payment is authorized, and final completion 6 and acceptance granted. 7 8 Additive 9 A supplemental unit of work or group of bid items, identified separately in the Bid 10 Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition 11 to the base bid. 12 13 Alternate 14 One of two or more units of work or groups of bid items, identified separately in the Bid 15 Proposal, from which the Contracting Agency may make a choice between different 16 methods or material of construction for performing the same work. 17 18 Business Day 19 A business day is any day from Monday through Friday except holidays as listed in 20 Section 1-08.5. 21 '22 Contract Bond 23 The definition in the Standard Specifications for"Contract Bond" applies to whatever 24 bond form(s) are required by the Contract Documents, which may be a combination of a 25 Payment Bond and a Performance Bond. 26 27 Contract Documents 28 See definition for"Contract". 29 30 Contract Time 31 The period of time established by the terms and conditions of the Contract within which 32 the Work must be physically completed. 33 34 Notice of Award 35 The written notice from the Contracting Agency to the successful Bidder signifying the 36 Contracting Agency's acceptance of the Bid Proposal. 37 38 Notice to Proceed 39 The written notice from the Contracting Agency or Engineer to the Contractor authorizing 40 and directing the Contractor to proceed with the Work and establishing the date on which 41 the Contract time begins. 42 43 Traffic 44 Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and 45 equestrian traffic. 46 47 1-02 Bid Procedures and Conditions 48 49 1-02.1 Prequalification of Bidders 50 51 Delete this section and replace it with the following: 52 53 1-02.1 Qualifications of Bidder 54 (January 24, 2011 APWA GSP) SP-4 1 I 1 2 Before award of a public works contract, a bidder must meet at least the minimum 3 qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to I 4 5 be awarded a public works project. 6 Add the following new section: 7 I8 1-02:1(1) Supplemental Qualifications Criteria 9 (July 31, 2017 APWA GSP) 10 Ii 1 In addition, the Contracting Agency has established Contracting Agency-specific and/or 12 project-specific supplemental criteria, in accordance with RCW 39.04.350(3), for 13 determining Bidder responsibility, including the basis for evaluation and the deadline for I 14 15 appealing a determination that a Bidder is not responsible. These criteria are contained in the Special Notice to Bidders and the following new Section 1-02.1(2) Project Specific 16 Supplemental Qualifications Criteria. I 17 18 Add the following new section: 19 20 1-02.1(2) Project Specific Supplemental Qualifications Criteria I 21 22 (City of Federal Way) 23 Qualifications of the CCTV Contractor: 24 25 The Contractor performing the CCTV inspection shall have successfully completed 26 investigations of storm drains or sewer mains owned by public agencies or I 27 28 municipalities using robotic CCTV cameras for a minimum of three (3) projects totaling at least 50,000 linear feet of pipe within the past three (3) years in storm 29 drains or sewers that are 12-inch diameter or greater. 30 I31 Qualifications of the CCTV Operator: 32 33 The CCTV operators performing the CCTV inspection shall have a current I 34 certification for NAASCO's Pipeline Assessment Certification Program (PACP). 35 36 The completed Statement of Qualifications form and a copy of PACP certificates for all I 37 38 operators proposed to perform work in this Contract shall be submitted with the bid. Failure to submit the completed forms and meet the requirements as stated in 39 Section 1-02.1 of the Special Provisions shall be grounds for rejection of a bid. I 40 41 1-02.2 Plans and Specifications 42 (June 27, 2011 APWA GSP) 43 I 44 Delete this section and replace it with the following: 45 46 Information as to where Bid Documents can be obtained or reviewed can be found in the I 47 Call for Bids (Advertisement for Bids) for the work. 48 I I SP-5 1 1 After award of the contract, plans and specifications will be issued to the Contractor at no 2 cost as detailed below: 3 To Prime Contractor No. of Sets Basis of Distribution ' Surface Water 1 Furnished upon request Management Atlas either in hardcopy or digital format. ' Contract Provisions 3 Furnished automatically upon award. ' Area overview maps 1 Furnished upon request either in hardcopy or digital format. ArcGIS web login to City 1 Furnished upon award. webmap and storm drain GIS database 4 5 Additional plans and Contract Provisions may be obtained by the Contractor from the 6 source stated in the Call for Bids, at the Contractor's own expense. 7 8 1-02.5 Proposal Forms 9 (July 31, 2017 APWA GSP) 10 11 Delete this section and replace it with the following: 12 13 The Proposal Form will identify the project and its location and describe the work. It will 14 also list estimated quantities, units of measurement, the items of work, and the materials 15 to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal 16 form that call for, but are not limited to, unit prices; extensions; summations; the total bid 17 amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment 18 of addenda;the bidder's name, address, telephone number, and signature;the bidder's 19 UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's 20 Registration Number; and a Business License Number, if applicable. Bids shall be 21 completed by typing or shall be printed in ink by hand, preferably in black ink. The 22 required certifications are included as part of the Proposal Form. 23 24 The Contracting Agency reserves the right to arrange the proposal forms with alternates 25 and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid 26 on all alternates and additives set forth in the Proposal Form unless otherwise specified. 27 '28 1-02.6 Preparation of Proposal 29 (June 20, 2017 APWA GSP) 30 31 Supplement the second paragraph with the following: 32 4. If a minimum bid amount has been established for any item, the unit or lump sum 33 price must equal or exceed the minimum amount stated. 34 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be 35 initialed by signer si ner of the bid. 36 SP-6 I I 1 Delete the fourth paragraph and replace it with the following: 2 3 The Bidder shall submit with the Bid a completed Underutilized Disadvantaged Business I 4 Enterprise (UDBE) Utilization Certification, when required by the Special Provisions. For 5 each and every UDBE firm listed on the Bidder's completed Underutilized Disadvantaged 6 Business Enterprise Utilization Certification, the Bidder shall submit written confirmation I 7 from that UDBE firm that the UDBE is in agreement with the UDBE participation 8 commitment that the Bidder has made in the Bidder's completed Underutilized 9 Disadvantaged Business Enterprise Utilization Certification. WSDOT Form 422-031 U 10 (Underutilized Disadvantaged Business Enterprise Written Confirmation Document) is to 11 be used for this purpose. Bidder must submit good faith effort documentation with the 12 Underutilized Disadvantaged Business Enterprise Utilization Certification only in the 13 event the bidder's efforts to solicit sufficient UDBE participation have been unsuccessful. I14 15 Directions for delivery of the Underutilized Disadvantaged Business Enterprise Written Confirmation Documents and Underutilized Disadvantaged Business Enterprise Good 16 Faith Effort documentation are included in Sections 1-02.9 I 17 18 Delete the last paragraph, and replace it with the following: 19 20 The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. I 21 22 A bid by a corporation shall be executed in the corporate name, by the president or a vice 23 president (or other corporate officer accompanied by evidence of authority to sign). I 24 25 A bid by a partnership shall be executed in the partnership name, and signed by a 26 partner. A copy of the partnership agreement shall be submitted with the Bid Form if any I 27 UDBE requirements are to be satisfied through such an agreement. 28 29 A bid by a joint venture shall be executed in the joint venture name and signed by a 30 member of the joint venture. A copy of the joint venture agreement shall be submitted I31 with the Bid Form if any UDBE requirements are to be satisfied through such an 32 agreement. 33 I 34 1-02.7 Bid Deposit 35 (March 8, 2013 APWA GSP) 36 I 37 Supplement this section with the following: 38 39 Bid bonds shall contain the following: I 40 1. Contracting Agency-assigned number for the project; 41 2. Name of the project; 42 3. The Contracting Agency named as obligee; I43 4. The amount of the bid bond stated either as a dollar figure or as a percentage which 44 represents five percent of the maximum bid amount that could be awarded; 45 5. Signature of the bidder's officer empowered to sign official statements. The signature I46 of the person authorized to submit the bid should agree with the signature on the 47 bond, and the title of the person must accompany the said signature; I 48 6. The signature of the surety's officer empowered to sign the bond and the power of 49 attorney. 50 51 If so stated in the Contract Provisions, bidder must use the bond form included in the I 52 Contract Provisions. SP-7 1 1 2 If so stated in the Contract Provisions, cash will not be accepted for a bid deposit. 3 4 1-02.9 Delivery of Proposal 1115 (February 16, 2018 APWA GSP, Option A) 6 7 Delete this section and replace it with the following: 8 9 Each Proposal shall be submitted in a sealed envelope, with the Project Name and 10 Project Number as stated in the Call for Bids clearly marked on the outside of the 11 envelope, or as otherwise required in the Bid Documents,to ensure proper handling and 12 delivery. 13 14 To be considered responsive on a FHWA-funded project, the Bidder may be required to 15 submit the following items, as required by Section 1-02.6: 16 17 • UDBE Written Confirmation Document from each UDBE firm listed on the 18 Bidder's completed UDBE Utilization Certification (WSDOT 272-056U); 19 • Good Faith Effort (GFE) Documentation; 20 • UDBE Broker Agreement; 21 • UDBE Trucking Credit Form (WSDOT 272-058) 22 23 These documents, if applicable, shall be received either with the Bid Proposal or as a 24 Supplement to the Bid. The documents shall be received no later than 24 hours (not 25 including Saturdays, Sundays and Holidays) after the time for delivery of the Bid 26 Proposal. 27 28 The Bidder shall submit to the Contracting Agency a signed "Certification of Compliance 29 with Wage Payment Statutes"document where the Bidder under penalty of perjury 30 verifies that the Bidder is in compliance with responsible bidder criteria in RCW 39.04.350 31 subsection (1) (g), as required per Section 1-02.14. The "Certification of Compliance with 32 Wage Payment Statutes"document shall be received either with the Bid Proposal or as a 33 Supplement to the Bid. The document shall be received no later than 24 hours (not 34 including Saturdays, Sundays and Holidays) after the time for delivery of the Bid 35 Proposal. 36 37 If submitted after the Bid Proposal is due, the document(s) must be submitted in a sealed 38 envelope labeled the same as for the Proposal, with "Supplemental Information"added. 39 All other information required to be submitted with the Bid Proposal must be submitted 40 with the Bid Proposal itself, at the time stated in the Call for Bids. 41 42 The Contracting Agency will not open or consider any Bid Proposal that is received after 43 the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location 44 other than that specified in the Call for Bids. The Contracting Agency will not open or 45 consider any"Supplemental Information"(UDBE confirmations, GFE documentation, 46 UDBE Broker Agreement, UDBE Trucking Credit Form, or Certification of Compliance 47 with Wage Payment Statutes) that is received after the time specified above, or received ' 48 in a location other than that specified in the Call for Bids. 49 50 1-02.10 Withdrawing, Revising, or Supplementing Proposal 51 (July 23, 2015 APWA GSP) 52 53 Delete this section, and replace it with the following: SP-8 I I 1 2 After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may 3 withdraw, revise, or supplement it if: 4 5 1. The Bidder submits a written request signed by an authorized person and 6 physically delivers it to the place designated for receipt of Bid Proposals, and 7 2. The Contracting Agency receives the request before the time set for receipt of ' 8 Bid Proposals, and 9 3. The revised or supplemented Bid Proposal (if any) is received by the 10 Contracting Agency before the time set for receipt of Bid Proposals. I 11 12 If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received 13 before the time set for receipt of Bid Proposals, the Contracting Agency will return the I14 unopened Proposal package to the Bidder. The Bidder must then submit the revised or 15 supplemented package in its entirety. If the Bidder does not submit a revised or 16 supplemented package, then its bid shall be considered withdrawn. 17 I 18 Late revised or supplemented Bid Proposals or late withdrawal requests will be date 19 recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed 20 requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. I 21 22 1-02.13 Irregular Proposals 23 (June 20, 2017 APWA GSP) I 24 25 Delete this section and replace it with the following: 26 I 27 1. A Proposal will be considered irregular and will be rejected if: 28 a. The Bidder is not prequalified when so required; 29 b. The authorized Proposal form furnished by the Contracting Agency is not used 30 or is altered; I31 c. The completed Proposal form contains any unauthorized additions, deletions, 32 alternate Bids, or conditions; 33 d. The Bidder adds provisions reserving the right to reject or accept the award, I 34 35 e. or enter into the Contract; A price per unit cannot be determined from the Bid Proposal; 36 f. The Proposal form is not properly executed; I 37 38 g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; 39 h. The Bidder fails to submit or properly complete an Underutilized I 40 Disadvantaged Business Enterprise Certification, if applicable, as required in 41 Section 1-02.6; 42 i. The Bidder fails to submit written confirmation from each UDBE firm listed on 43 the Bidder's completed UDBE Utilization Certification that they are in I 44 agreement with the bidder's UDBE participation commitment, if applicable, as 45 required in Section 1-02.6, or if the written confirmation that is submitted fails 46 to meet the requirements of the Special Provisions; I 47 48 j The Bidder fails to submit UDBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is 49 submitted fails to demonstrate that a Good Faith Effort to meet the Condition I50 of Award was made; 51 k. The Bid Proposal does not constitute a definite and unqualified offer to meet 52 the material terms of the Bid invitation; or I 53 I. More than one Proposal is submitted for the same project from a Bidder under I 54 the same or different names. II SP-9 I 1 I 2 2. A Proposal may be considered irregular and may be rejected if: 3 a. The Proposal does not include a unit price for every Bid item; 4 b. Any of the unit prices are excessively unbalanced (either above or below the 5 amount of a reasonable Bid) to the potential detriment of the Contracting I 6 Agency; 7 c. Receipt of Addenda is not acknowledged; p 8 d. A member of a joint venture or partnership and the joint venture or partnership I 9 submit Proposals for the same project (in such an instance, both Bids may be 10 rejected); or 11 e. If Proposal form entries are not made in ink. I 12 13 1-02.15 Pre Award Information 14 (August 14, 2013 APWA GSP) I 15 16 Revise this section to read: 17 18 Before awarding any contract, the Contracting Agency may require one or more of these I 19 items or actions of the apparent lowest responsible bidder: 20 1. A complete statement of the origin, composition, and manufacture of any or all 21 materials to be used, I 22 2. Samples of these materials for quality and fitness tests, 23 3. A progress schedule (in a form the Contracting Agency requires) showing the order of I 24 and time required for the various phases of the work, 25 4. A breakdown of costs assigned to any bid item, 26 5. Attendance at a conference with the Engineer or representatives of the Engineer, 27 6. Obtain, and furnish a copy of, a business license to do business in the city or county I 28 where the work is located. 29 7. Any other information or action taken that is deemed necessary to ensure that the 30 bidder is the lowest responsible bidder. I 31 32 1-03 Award and Execution of the Contract 33 I 34 1-03.1 Consideration of Bids 35 (City of Federal Way) 36 -.. '37 Supplement with the following: 38 39 The Owner reserves the right to reject bids on any or all schedules or alternates of the I 40 proposal. After reviewing the bids, the Owner may elect to delete any one or combination 41 of schedules from the proposal. 42 43 1-03.3 Execution of Contract I 44 (October 1, 2005 APWA GSP) 45 46 Revise this section to read: I 47 48 Copies of the Contract Provisions, includina the unsianed Form of Contract, will be 49 available for signature by the successful bidder on the first business day following award. I 50 The number of copies to be executed by the Contractor will be determined by the 51 Contractina Aaencv. 52 SP-10 I r 1 Within 10 calendar days after the award date, the successful bidder shall return the 2 signed Contracting Agency-prepared contract, an insurance certification as required by 3 Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before I 4 5 execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. 6 I7 Until the Contracting Agency executes a contract, no proposal shall bind the Contracting 8 Agency nor shall any work begin within the project limits or within Contracting Agency- 9 furnished sites. The Contractor shall bear all risks for any work begun outside such areas 10 and for any materials ordered before the contract is executed by the Contracting Agency. 11 12 If the bidder experiences circumstances beyond their control that prevents return of the 13 contract documents within the calendar days after the award date stated above, the 14 Contracting Agency may grant up to a maximum of 5 additional calendar days for return 15 of the documents, provided the Contracting Agency deems the circumstances warrant it. 16 I 17 1-03.4 Contract Bond 18 (July 23, 2015 APWA GSP) 19 20 Delete the first paragraph and replace it with the following: I 21 22 The successful bidder shall provide executed payment and performance bond(s)for the 23 full contract amount. The bond may be a combined payment and performance bond; or I 24 25 be separate payment and performance bonds. In the case of separate payment and performance bonds, each shall be for the full contract amount. The bond(s) shall: 26 1. Be on Contracting Agency-furnished form(s); I 27 2. Be signed by an approved surety (or sureties) that: 28 a. Is registered with the Washington State Insurance Commissioner, and 29 b. Appears on the current Authorized Insurance List in the State of Washington I 30 published by the Office of the Insurance Commissioner, 31 3. Guarantee that the Contractor will perform and comply with all obligations, duties, and 32 conditions under the Contract, including but not limited to the duty and obligation to I 33 indemnify, defend, and protect the Contracting Agency against all losses and claims 34 related directly or indirectly from any failure: 35 a. Of the Contractor (or any of the employees, subcontractors, or lower tier I 36 37 subcontractors of the Contractor) to faithfully perform and comply with all contract obligations, conditions, and duties, or 38 b. Of the Contractor(or the subcontractors or lower tier subcontractors of the I 39 40 Contractor)to pay all laborers, mechanics, subcontractors, lower tier subcontractors, material person, or any other person who provides supplies or 41 provisions for carrying out the work; 42 4. Be conditioned upon the payment of taxes, increases, and penalties incurred on the I43 project under titles 50, 51, and 82 RCW; and 44 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign 45 the bond; and I46 6. Be signed by an officer of the Contractor empowered to sign official statements (sole 47 proprietor or partner). If the Contractor is a corporation, the bond(s) must be signed 48 by the president or vice president, unless accompanied by written proof of the I 49 authority of the individual signing the bond(s) to bind the corporation (i.e., corporate 50 resolution, power of attorney,or a letter to such effect signed by the president or vice 51 president). 1 52 SP-11 1 1 1-03.7 Judicial Review 2 (July 23, 2015 APWA GSP) 3 4 Revise this section to read: 5 6 Any decision made by the Contracting Agency regarding the Award and execution of the 7 Contract or Bid rejection shall be conclusive subject to the scope of judicial review 8 permitted under Washington Law. Such review, if any, shall be timely filed in the Superior 9 Court of the county where the Contracting Agency headquarters is located, provided that 10 where an action is asserted against a county, RCW 36.01.05 shall control venue and 11 jurisdiction. 12 13 1-04 Scope of the Work 14 15 1-04.1(2) Bid Items Not Included in the Proposal 16 (City of Federal Way) 17 18 Delete this section and replace it with the following: 19 20 Payment will be made only for the specific bid items listed in the Bid Schedule. No separate 21 or additional measurement or payment will be made for any and all other work and materials ' 22 necessary to complete the project. All work and materials not specifically included in the bid 23 items listed in the Bid Schedule shall be considered to be included in the various unit price or 24 lump sum bid prices. 25 26 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, 27 Specifications, and Addenda 28 (March 13, 2012 APWA GSP) 29 • 30 Revise the second paragraph to read: 31 32 Any inconsistency in the parts of the contract shall be resolved by following this order of 33 precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 34 1. Addenda (if any), ' 35 2. Proposal Form, 36 3. Special Provisions, 37 4. Contract Plans, 38 5. Amendments to the Standard Specifications, 39 6. Standard Specifications, 40 7. Contractina Agency's Standard Plans or Details, and 41 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 42 43 1-04.4 Changes ' 44 (City of Federal Way) 45 46 Supplement this section with the following: 47 48 Contractor's quotations for Change Orders shall be in writing and firm for a period of 30 days. 49 Any compensation paid in conjunction with terms of a Change Order shall comprise total 50 compensation due to Contractor for the work or alteration defined in the Change Order 51 unless specified otherwise in a change order document. By signing the Change Order, the 52 Contractor acknowledges that the stipulated compensation includes payment for the work or 53 alteration plus all payments for the interruption of schedules, extended overhead, delay, SP-12 1 I I 1 added or deleted working days, or any other impact claim or ripple effect, and by such 2 signing specifically waives any reservation or claim for additional compensation in respect to 3 the subject of the Change Order. • 4 5 1-04.6 Variation in Estimated Quantities 6 (May 25, 2006 APWA GSP) 7 I8 Supplement this section with the following: 9 10 The quantities for "Flaggers," "CCTV Inspection in Local Roadway," and "CCTV Ii 1 Inspection in Collector Roadway" have been entered into the Proposal only to provide a 12 common proposal for bidders. Actual quantities will be determined in the field as the 13 work progresses, and will be paid at the original bid price, regardless of final quantity. I 14 These bid items shall not be subject to the provisions of 1-04.6 of the Standard 15 Specifications. 16 17 1-05 Control of Work I18 19 1-05.7 Removal of Defective and Unauthorized Work 20 (October 1, 2005 APWA GSP) I 21 22 Supplement this section with the following: • 23 I 24 25 If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by 26 the Contract Documents, the Engineer may correct and remedy such work as may be I 27 identified in the written notice, with Contracting Agency forces or by such other means as 28 the Contracting Agency may deem necessary. 29 30 If the Contractor fails to comply with a written order to remedy what the Engineer I 31 determines to be an emergency situation, the Engineer may have the defective and 32 unauthorized work corrected immediately, have the rejected work removed and replaced, 33 or have work the Contractor refuses to perform completed by using Contracting Agency I 34 or other forces. An emergency situation is any situation when, in the opinion of the 35 Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of 36 loss or damage to the public. I 37 38 Direct or indirect costs incurred by the Contracting Agency attributable to correcting and 39 remedying defective or unauthorized work, or work the Contractor failed or refused to I 40 perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from 41 monies due, or to become due, the Contractor. Such direct and indirect costs shall 42 include in particular, but without limitation, compensation for additional professional 43 services required, and costs for repair and replacement of work of others destroyed or I 44 damaged by correction, removal, or replacement of the Contractor's unauthorized work. 45 46 No adjustment in contract time or compensation will be allowed because of the delay in I 47 the performance of the work attributable to the exercise of the Contracting Agency's 48 rights provided by this Section. 49 50 The rights exercised under the provisions of this section shall not diminish the 51 Contracting Agency's right to pursue any other avenue for additional remedy or damages 52 with respect to the Contractor's failure to perform the work as required. I SP-13 1 2 1-05.11 Final Inspection 3 4 Delete this section and replace it with the following: 5 6 1-05.11 Final Inspections and Operational Testing 7 (October 1, 2005 APWA GSP) 8 9 1-05.11(1)Substantial Completion Date 10 11 When the Contractor considers the work to be substantially complete, the Contractor 12 shall so notify the Engineer and request the Engineer establish the Substantial 13 Completion Date. The Contractor's request shall list the specific items of work that remain 14 to be completed in order to reach physical completion. The Engineer will schedule an 15 inspection of the work with the Contractor to determine the status of completion. The 16 Engineer may also establish the Substantial Completion Date 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 final 39 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 the 50 Contractor, take whatever steps are necessary to correct those deficiencies pursuant to 51 Section 1-05.7. 52 The Contractor will not be allowed an extension of contract time because of a delay in the 53 performance of the work attributable to the exercise of the Engineer's right hereunder. 54 SP-14 Ii Upon correction of all deficiencies, the Engineer will notify the Contractor and the 2 Contracting Agency, in writing, of the date upon which the work was considered 3 physically complete. That date shall constitute the Physical Completion Date of the I 4 5 contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 6 7 1-05.11(3) Operational Testing I 8 9 It is the intent of the Contracting Agency to have at the Physical Completion Date a 10 complete and operable system. Therefore when the work involves the installation of Ii 1 machinery or other mechanical equipment; street lighting, electrical distribution or signal 12 systems; irrigation systems; buildings; or other similar work it may be desirable for the 13 Engineer to have the Contractor operate and test the work for a period of time after final I14 15 inspection but prior to the physical completion date. Whenever items of work are listed in the Contract Provisions for operational testing they shall be fully tested under operating 16 conditions for the time period specified to ensure their acceptability prior to the Physical 17 Completion Date. During and following the test period, the Contractor shall correct any 18 items of workmanship, materials,or equipment which prove faulty, or that are not in first 19 class operating condition. Equipment, electrical controls, meters, or other devices and 20 equipment to be tested during this period shall be tested under the observation of the I 21 Engineer, so that the Engineer may determine their suitability for the purpose for which 22 they were installed. The Physical Completion Date cannot be established until testing and 23 corrections have been completed to the satisfaction of the Engineer. I 24 25 The costs for power, gas, labor, material, supplies, and everything else needed to 26 successfully complete operational testing, shall be included in the unit contract prices I 27 related to the system being tested, unless specifically set forth otherwise in the proposal. 28 29 Operational and test periods, when required by the Engineer, shall not affect a 30 manufacturer's guaranties or warranties furnished under the terms of the contract. I31 32 1-05.12 Final Acceptance 33 (City of Federal Way) I 34 35 Delete the third and fourth sentences in the first paragraph and replace it with the following: 36 I 37 38 Final acceptance date of the work shall be the date the Federal Way City Council accepts the project as complete. 39 40 1-05.13 Superintendents, Labor and Equipment of Contractor I41 (August 14, 2013 APWA GSP) 42 43 Delete the sixth and seventh paragraphs of this section. 1 I I SP-15 I 1 1 2 1-05.15 Method of Serving Notices 3 (City of Federal Way) 4 Supplement this Section with the following: ' 5 6 . Written notice to the Contractor may also be served by email to the email address of the 7 Contractor's representative known to the Engineer. 8 9 Add the following new section: 10 11 1-05.16 Water and Power 12 (October 1, 2005 APWA GSP) 13 14 The Contractor shall make necessary arrangements, and shall bear the costs for power 15 and water necessary for the performance of the work, unless the contract includes power 16 and water as a pay item. 17 18 Add the following new section: 19 20 1-05.17 Oral Agreements 21 (October 1, 2005 APWA GSP) 22 23 No Oral agreement or conversation with any officer, agent, or employee of the 24 Contracting Agency, either before or after execution of the contract, shall affect or modify 25 any of the terms or obligations contained in any of the following documents comprising 26 the contract. Such oral agreement or conversation shall be considered as unofficial 27 information and in no way binding upon the Contracting Agency, unless subsequently put 28 in writing and signed by the Contracting Agency. 29 30 1-06 Control of Material 31 32 1-06.6 Recycled Materials 33 (City of Federal Way) 34 35 Delete this section, including its subsections. 36 37 1-07 Legal Relations and Responsibilities to the Public 38 39 1-07.1 Laws to be Observed 40 (October 1, 2005 APWA GSP) 41 42 Supplement this section with the following: 43 44 In cases of conflict between different safety regulations, the more stringent regulation 45 shall apply. 46 47 The Washington State Department of Labor and Industries shall be the sole and 48 paramount administrative agency responsible for the administration of the provisions of 49 the Washington Industrial Safety and Health Act of 1973 (WISHA). 50 51 The Contractor shall maintain at the project site office, or other well known place at the 52 project site, all articles necessary for providing first aid to the injured. The Contractor 53 shall establish, publish, and make known to all employees, procedures for ensuring SP-16 1 I Ii 2 immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work 3 on the project site before the Contractor has established and made known procedures for I 4 removal of injured persons to a hospital or a doctor's care. 5 6 The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of 7 the Contractor's plant, appliances, and methods, and for any damage or injury resulting I 8 from their failure, or improper maintenance, use, or operation. The Contractor shall be 9 solely and completely responsible for the conditions of the project site, including safety 10 for all persons and property in the performance of the work. This requirement shall apply I11 continuously, and not be limited to normal working hours. The required or implied duty of 12 the Engineer to conduct construction review of the Contractor's performance does not, 13 and shall not, be intended to include review and adequacy of the Contractor's safety I14 measures in, on, or near the project site. 15 16 (April 3, 2006 WSDOT GSP) 17 1 18 Supplement this section with the following: 19 20 Confined Space I 21 Confined spaces are known to exist at the following locations: 22 23 Catch basins, pipes, manholes, vaults and similar facilities I 24 25 The Contractor shall be fully responsible for the safety and health of all on-site workers 26 and complaint with Washington Administrative Code (WAC 296-809) I 27 28 The Contractor shall prepare and implement a confined space program for each of the 29 confined spaces identified above. The Contractors Confined Space program shall be 30 sent to the contracting agency at least 30 days prior to the Contractor beginning work in 31 or adjacent to the confined space. No work shall be performed in or adjacent to the 32 confined space until the plan is submitted to the Engineer as required. The Contractor 33 shall communicate with the Project Engineer to ensure a coordinated effort for providing I 34 and maintaining a safe worksite for both the Contracting Agency's and Contractor's 35 workers when working in or near a confined space. 36 I 37 All costs to prepare and implement the confined space program shall be included in the 38 bid prices for the various items associated with the confined space work. 39 40 1-07.2 State Taxes I41 (City of Federal Way) 42 43 Supplement this section with the following: ' 44 45 The work on this contract is to be performed on lands whose ownership obligates the 46 contractor to pay Sales tax. The entire project is subject to WAC 458-20-171 - Use Tax I 47 48 under Section 1-07.2(1). 49 (City of Federal Way) 50 I 51 Supplement this section with the following: 52 I SP-17 1 1 The Contacting Agency will release the Contract Bond only if the Contractor has obtained 2 from the State Department of Revenue a certificate showing that all Contract-related 3 taxes have been paid. 4 5 1-07.15 Temporary Water Pollution Prevention 6 7 1-07.15(1)Spill Prevention, Control and Countermeasures Plan 8 (City of Federal Way) 9 10 Supplement this section with the following: 11 12 The work described in this section shall not be paid separately and all costs shall be 13 included in other Contract bid items associated with this work. 14 15 1-07.17 Utilities and Similar Facilities 16 (City of Federal Way) 17 18 Supplement this section with the following: 19 20 All existing utilities shall be maintained in continuous service during the Contractor's 21 operations, unless the Contractor receives written approval from the utility owner for ' 22 interruption of service. The Contractor shall check with the appropriate utility to 23 determine the minimum notice required if interruption of service is anticipated. 24 25 Notification shall be written, with a copy delivered to the Engineer, within a minimum of 26 two working days prior to the commencement of work, and must be in such detail as to 27 give the time of the commencement and completion of work and schedule of operations. 28 29 Should the property owner or the Engineer have adequate reason, as determined by the 30 Engineer, to avoid service interruption at the schedule time, the Contractor shall 31 reschedule his work to meet the new condition. 32 33 The Contractor is also warned that there may be utilities on the project that are not part of 34 the One Call System. Notice shall be provided individually to those owners of the utilities 35 known to, or suspected of, having underground facilities within the area of the proposed 36 excavation. 37 38 Unless specified otherwise within the contract documents, the Contractor shall be entirely _ 39 responsible for coordination with utility owners to either arrange for the movement or 40 adjustment of temporary or permanent utilities that prohibit completion of the contract 41 work, or to coordinate with utility owners to allow the performance of such work by the 42 Contractor. 43 44 All work by the Contractor adjacent to or in the vicinity of existing utilities shall be ' 45 performed in accordance with the requirements of the utility owners. The Contractor shall 46 pay all permit, inspection, and other fees levied by the utility owners. 47 48 All costs incurred as a result of performance of the Contractor's obligations in this section 49 shall be included in the unit contract price for the item installed. 50 51 No additional compensation will be made to the Contractor for reason of delay caused by 52 the actions of any utility company and the Contractor shall consider such costs to be 53 incidental to the other items of the contract. 54 SP-18 Ii The Contractor shall anticipate that the requirements of the utility owners may hinder, 2 delay, and complicate execution of the Work. The Contractor shall not be entitled to any 3 claim for damages because of hindrances, delays, and complications caused by or t 4 resulting from requirements imposed by utility owners. 5 6 1-07.23 Public Convenience and Safety 7 I8 1-07.23(1) Construction Under Traffic 9 (January 2, 2012 WSDOT GSP) 10 I 11 Supplement this section with the following: 12 13 The Work Zone Clear Zone (WZCZ) applies during working and nonworking hours. I14 15 The WZCZ applies only to temporary roadside objects introduced by the Contractor's operations and does not apply to preexisting conditions or permanent Work.Those 16 work operations that are actively in progress shall be in accordance with adopted I17 and approved Traffic Control Plans, and other contract requirements. 18 19 During nonworking hours equipment or materials shall not be within the WZCZ 20 unless they are protected by permanent guardrail or temporary concrete barrier.The ' 21 use of temporary concrete barrier shall be permitted only if the Engineer approves 22 the installation and location. 23 I 24 25 During actual hours of work, unless protected as described above, only materials absolutely necessary to construction shall be within the WZCZ and only construction 26 vehicles absolutely necessary to construction shall be allowed within the WZCZ or I 27 allowed to stop or park on the shoulder of the roadway. 28 29 The Contractor's nonessential vehicles and employees private vehicles shall not be I30 permitted to park within the WZCZ at any time unless protected as described above. 31 32 Deviation from the above requirements shall not occur unless the Contractor has 33 requested the deviation in writing and the Engineer has provided written approval. I 34 35 Minimum WZCZ distances are measured from the edge of traveled way and will be 36 determined as follows: I37 Minimum Work Zone Clear Zone Distance r',4*-' s z,''''';''4''', 5,'''',, r a $ r 01 qt*P44*64,r&liaikl Er ` 7',.,-4'. x 35m•horless 10 * 40m•h 15 I 45 to 55 m.h 20 60 m•h or •reater 30 38 * or 2-feet beyond the outside edge of sidewalk 39 I 40 1-07.24 Rights of Way 41 (July 23, 2015 APWA GSP) 42 I ' 43 Delete this section and replace it with the following: 44 45 Street Right of Way lines, limits of easements, and limits of construction permits are 46 indicated in the Plans. The Contractor's construction activities shall be confined within I 47 these limits, unless arrangements for use of private property are made. SP-19 I 1 I 2 Generally, the Contracting Agency will have obtained, prior to bid opening, all rights of 3 way and easements, both permanent and temporary, necessary for carrying out the work. 4 Exceptions to this are noted in the Bid Documents or will be brought to the Contractor's I 5 attention by a duly issued Addendum. 6 7 Whenever any of the work is accomplished on or through property other than public Right I 8 of Way, the Contractor shall meet and fulfill all covenants and stipulations of any 9 easement agreement obtained by the Contracting Agency from the owner of the private 10 property. Copies of the easement agreements may be included in the Contract 11 Provisions or made available to the Contractor as soon as practical after they have been I 12 obtained by the Engineer. 13 14 Whenever easements or rights of entry have not been acquired prior to advertising, these I 15 areas are so noted in the Plans. The Contractor shall not proceed with any portion of the 16 work in areas where right of way, easements or rights of entry have not been acquired 17 until the Engineer certifies to the Contractor that the right of way or easement is available I 18 or that the right of entry has been received. If the Contractor is delayed due to acts of 19 omission on the part of the Contracting Agency in obtaining easements, rights of entry or 20 right of way, the Contractor will be entitled to an extension of time. The Contractor 21 agrees that such delay shall not be a breach of contract. I 22 23 Each property owner shall be given 48 hours notice prior to entry by the Contractor. This 24 includes entry onto easements and private property where private improvements must be I 25 adjusted. 26 27 The Contractor shall be responsible for providing, without expense or liability to the I 28 Contracting Agency, any additional land and access thereto that the Contractor may 29 desire for temporary construction facilities, storage of materials, or other Contractor 30 needs. However, before using any private property, whether adjoining the work or not, 31 the Contractor shall file with the Engineer a written permission of the private property I 32 owner, and, upon vacating the premises, a written release from the property owner of 33 each property disturbed or otherwise interfered with by reasons of construction pursued 34 under this contract. The statement shall be signed by the private property owner, or I 35 proper authority acting for the owner of the private property affected, stating that 36 permission has been granted to use the property and all necessary permits have been 37 obtained or, in the case of a release,that the restoration of the property has been I 38 satisfactorily accomplished. The statement shall include the parcel number, address, and 39 date of signature. Written releases must be filed with the Engineer before the Completion 40 Date will be established. t 41 42 1-08 Prosecution and Progress 43 44 Add the following new section: I 45 46 1-08.0 Preliminary Matters I 47 (May 25, 2006 APWA GSP) 48 49 Add the following new section: 50 1 51 1-08.0(1) Preconstruction Conference 52 (City of Federal Way) I 53 SP-20 I 1 I 1 Prior to the Contractor beginning the work, a preconstruction conference will be held 2 between the Contractor, the Engineer and such other interested parties as may be 3 invited. The purpose of the preconstruction conference will be: I 4 1. To review the initial progress schedule; 5 2. To establish a working understanding among the various parties associated or 6 affected by the work; I 7 8 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 9 4. To establish normal working hours for the work; I10 5. To review safety standards and traffic control; and 11 6. To discuss such other related items as may be pertinent to the work. 12 I13 14 The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 15 2. A preliminary schedule of working drawing submittals; and I16 3. A list of material sources for approval if applicable. 17 4. Contractors initial progress schedule (3 copies) 18 5. Detailed equipment list, including "Rental rate Blue Book" hourly costs (both working I 19 and standby rates); 20 6. Weighted wage rates for all employee classifications anticipated to be used on the 21 Project; 22 7. Prevailing wage rate certification; I 23 8. Traffic Control Plan. 24 I 25 Add the following new section: 26 27 1-08.0(2) Hours of Work I 28 (December 8, 2014 APWA GSP) 29 30 Except in the case of emergency or unless otherwise approved by the Engineer, the 31 normal working hours for the Contract shall be any consecutive 8-hour period between I32 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the 33 Contractor desires different than the normal working hours stated above, the request 34 must be submitted in writing prior to the preconstruction conference, subject to the I 35 provisions below. The working hours for the Contract shall be established at or prior to 36 the preconstruction conference. 37 ' 38 All working hours and days are also subject to local permit and ordinance conditions 39 (such as noise ordinances). 40 I 41 If the Contractor wishes to deviate from the established working hours, the Contractor 42 shall submit a written request to the Engineer for consideration. This request shall state 43 what hours are being requested, and why. Requests shall be submitted for review no I 44 later than noon two working days prior to the day(s) the Contractor is requesting to 45 change the hours. 46 47 If the Contracting Agency approves such a deviation, such approval may be subject to I48 certain other conditions, which will be detailed in writing. For example: 49 1. On non-Federal aid projects, requiring the Contractor to reimburse the I 50 Contracting Agency for the costs in excess of straight-time costs for Contracting 51 Agency representatives who worked during such times. (The Engineer may SP-21 1 require designated representatives to be present during the work. 2 Representatives who may be deemed necessary by the Engineer include, but are 3 not limited to: survey crews; personnel from the Contracting Agency's material 4 testing lab; inspectors; and other Contracting Agency employees or third party 5 consultants when, in the opinion of the Engineer, such work necessitates their 6 presence.) 7 2. Considering the work performed on Saturdays, Sundays, and holidays as working 8 days with regard to the contract time. 9 3. Considering multiple work shifts as multiple working days with respect to contract 10 time even though the multiple shifts occur in a single 24-hour period. 11 4. If a 4-10 work schedule is requested and approved the non working day for the 12 week will be charged as a working day. 13 5. If Davis Bacon wage rates apply to this Contract, all requirements must be met 14 and recorded properly on certified payroll 15 16 1-08.3 Progress Schedule 17 18 1-08.3(2)A Type A Progress Schedule 19 (March 13, 2012 APWA GSP) 20 21 Revise this section to read: 22 23 The Contractor shall submit 3 copies of a Type A Progress Schedule no later than at the 24 preconstruction conference, or some other mutually agreed upon submittal time. The 25 schedule may be a critical path method (CPM) schedule, bar chart, or other standard 26 schedule format. Regardless of which format used, the schedule shall identify the critical 27 path. The Engineer will evaluate the Type A Progress Schedule and approve or return the 29 schedule for corrections within 15 calendar days of receiving the submittal. 30 1-08.4 Prosecution of Work 31 32 Delete this section and replace it with the following: 33 34 1-08.4 Notice to Proceed and Prosecution of Work 35 (City of Federal Way) 36 37 Notice to Proceed will be given after the contract has been executed and the contract 38 bond and evidence of insurance have been approved and filed by the Contracting 39 Agency. The Contractor shall not commence with the work until the Notice to Proceed 40 has been given by the Engineer. The Contractor shall commence construction activities 41 on the project site within ten days of the Notice to Proceed Date, unless otherwise 42 approved in writing. The Contractor shall diligently pursue the work to the physical 43 completion date within the time specified in the contract. Voluntary shutdown or slowing 44 of operations by the Contractor shall not relieve the Contractor of the responsibility to 45 complete the work within the time(s) specified in the contract. 46 47 1-08.5 Time for Completion 48 (September 12, 2016 APWA GSP, Option A) 49 50 Revise the third paragraph to read: 51 52 Contract time shall begin on the first working day following the Notice to Proceed Date. 53 1 SP-22 I 1 Revise the sixth paragraph to read: 2 3 The Engineer will give the Contractor written notice of the completion date of the contract I 4 after all the Contractor's obligations under the contract have been performed by the 5 Contractor. The following events must occur before the Completion Date can be 6 established: 7 1. The physical work on the project must be complete; and 8 2. The Contractor must furnish all documentation required by the contract and required 9 by law, to allow the Contracting Agency to process final acceptance of the contract. I 10 The following documents must be received by the Project Engineer prior to 11 establishing a completion date: 12 a. Certified Payrolls (per Section 1-07.9(5)). 13 b. Material Acceptance Certification Documents 14 c. Monthly Reports of Amounts Credited as DBE Participation, as required by the 15 Contract Provisions. I 16 d. Final Contract Voucher Certification 17 e. Copies of the approved "Affidavit of Prevailing Wages Paid"for the Contractor and 18 all Subcontractors I 19 f. Property owner releases per Section 1-07.24 20 21 (March 13, 1995 WSDOT GSP) ' 22 23 The schedules awarded in project shall be physically completed with the table of working 24 days as follows: 25 I Schedule Working Days A 30 I B 45 C 35 D 20 IE 70 Total 200 26 27 28 1-08.9 Liquidated Damages 29 (August 14, 2013 APWA GSP) 30 31 Revise the fourth paragraph to read: 32 I 33 34 When the Contract Work has progressed to Substantial Completion as defined in the Contract, the Engineer may determine that the work is Substantially Complete. The 35 Engineer will notify the Contractor in writing of the Substantial Completion Date. For 36 overruns in Contract time occurring after the date so established, the formula for I37 liquidated damages shown above will not apply. For overruns in Contract time occurring 38 after the Substantial Completion Date, liquidated damages shall be assessed on the 39 basis of direct engineering and related costs assignable to the project until the actual I 40 Physical Completion Date of all the Contract Work. The Contractor shall complete the 41 remaining Work as promptly as possible. Upon request by the Project Engineer, the 42 Contractor shall furnish a written schedule for completing the physical Work on the II ' 43 44 Contract. SP-23 I 1 1-09 Measurement and Payment 2 3 1-09.9 Payments 4 (March 13, 2012 APWA GSP) 5 6 Delete the first four paragraphs and replace them with the following: 7 8 The basis of payment will be the actual quantities of Work performed according to the 9 Contract and as specified for payment. 10 11 The Contractor shall submit a breakdown of the cost of lump sum bid items at the 12 Preconstruction Conference, to enable the Project Engineer to determine the Work 13 performed on a monthly basis. A breakdown is not required for lump sum items that 14 include a basis for incremental payments as part of the respective Specification. Absent 15 a lump sum breakdown, the Project Engineer will make a determination based on 16 information available. The Project Engineer's determination of the cost of work shall be 17 final. 18 19 Progress payments for completed work and material on hand will be based upon 20 progress estimates prepared by the Engineer. A progress estimate cutoff date will be 21 established at the preconstruction conference. 22 23 The initial progress estimate will be made not later than 30 days after the Contractor 24 commences the work, and successive progress estimates will be made every month 25 thereafter until the Completion Date. Progress estimates made during progress of the 26 work are tentative, and made only for the purpose of determining progress payments. 27 The progress estimates are subject to change at any time prior to the calculation of the 28 final payment. 29 30 The value of the progress estimate will be the sum of the following: 31 1. Unit Price Items in the Bid Form—the approximate quantity of acceptable units of 32 work completed multiplied by the unit price. 33 2. Lump Sum Items in the Bid Form—based on the approved Contractor's lump sum 34 breakdown for that item, or absent such a breakdown, based on the Engineer's 35 determination. 36 3. Materials on Hand— 100 percent of invoiced cost of material delivered to Job site 37 or other storage area approved by the Engineer. 38 4. Change Orders—entitlement for approved extra cost or completed extra work as 39 determined by the Engineer. 40 41 Progress payments will be made in accordance with the progress estimate less: 42 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 43 2. The amount of progress payments previously made; and 44 3. Funds withheld by the Contracting Agency for disbursement in accordance with the 45 Contract Documents. 46 47 Progress payments for work performed shall not be evidence of acceptable performance 48 or an admission by the Contracting Agency that any work has been satisfactorily 49 completed. The determination of payments under the contract will be final in accordance 50 with Section 1-05.1. SP-24 I i I I 1 2 1-10 Temporary Traffic Control 3 I 4 1-10.1 General 5 (City of Federal Way) 6 7 Supplement this section with the following: I8 9 The Contractor shall provide traffic control plans to the City of Federal Way for review and 10 approval a minimum of ten (10) working days prior to implementation. The plans as I11 provided by the Contractor shall include and not be limited to the following information: 12 • Stop line locations with station and offset to verify safety of intersection turning radius 13 for vehicles. I 14 • 15 • Minimum lane widths provided for vehicular travel. • Turn pocket length, gap, and tapers in conformance with the City of Federal Way 16 Standard Detail DWG 3-19A. I 17 18 The Contractor shall provide flaggers, signs, and other traffic control devices. The 19 Contractor shall erect and maintain all construction signs, warning signs, detour signs, and 20 other traffic control devices necessary to warn and protect the public at all times from injury I21 or damage as a result of the Contractor's operations which may occur on highways, roads, 22 streets, sidewalks, or paths. No work shall be done on or adjacent to any traveled way 23 until all necessary signs and traffic control devices are in place. I 24 25 1-10.2 Traffic Control Management 26 I 27 1-10.2(1) General 28 (January 3, 2017 WSDOT GSP) 29 30 Supplement this section with the following: I 31 Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the 32 State of Washington. The Traffic Control Supervisor shall be certified by one of the 33 following: I 34 35 The Northwest Laborers-Employers Training Trust 36 27055 Ohio Ave. 37 Kingston, WA 98346 I 38 (360) 297-3035 39 I 40 41 Evergreen Safety Council 12545 135th Ave. NE 42 Kirkland,WA 98034-8709 43 1-800-521-0778 44 45 The American Traffic Safety Services Association 46 15 Riverside Parkway, Suite 100 I 47 Fredericksburg, Virginia 22406-1022 48 Training Dept. Toll Free (877) 642-4637 49 Phone: (540) 368-1701 50 1 I SP-25 1 1 1-10.2(2) Traffic Control Plans 2 (City of Federal Way) 3 4 Delete this section and replace it with the following: 5 6 A City of Federal Way Right of Way permit will not be required for this project. However, 7 the Contractor shall develop traffic control plans to be project site specific and to facilitate 8 the Contractor's chosen method of performing the Work. Additional measures beyond 9 the minimum traffic control requirements may be required depending on the Contractor's 10 chosen method of performing the Work. The Contractor's traffic control plan shall show 11 the necessary construction signs, flaggers, spotters, and other traffic control devices 12 required to support the Work, and shall conform to the established standards for plan 13 development as shown in the MUTCD, Part 6 and the most current edition of the 14 PROWAG. The Contractor's traffic control plan shall be submitted to the Engineer for 15 approval at least 10 calendar days in advance of the time the signs and other traffic 16 control devices are scheduled to be installed and utilized. 17 18 19 END OF DIVISION 1 1 1 1 1 1 1 1 SP-26 1 i Ii Division 7 2 Drainage Structures, Storm Sewers, Sanitary Sewers,Water Mains, and Conduits 3 4 I 5 7-20 INSPECTION OF STORM DRAINS 6 (******) 7 I 8 7-20.1 Description . 9 10 This work consists of performing CCTV inspections of storm drain assets. I i1 12 7-20.2 Equipment and Personnel 13 I 14 Video Inspection Equipment 15 The Contractor shall inspect the storm drain interior walls using a color CCTV camera with a 16 lens capable of panning, tilting and rotating 360 degrees to allow the Contractor to fully 17 inspect pipe walls, joints, and lateral connections. The camera must also include an accurate 18 measure of linear feet of inspection length, beginning once the camera has been inserted 19 into a storm drain asset from the starting structure and ending when the operator ends the 20 inspection either at an impassable obstruction in the pipe or at the next structure along the I 21 pipe alignment. The camera must have an ',internal or externally mounted sonde that 22 broadcasts at a minimum of 16 Hz and 512 Hz frequencies. 23 24 The Contractor shall have internet connectivity at all times during inspections, either via a 25 tablet with cellular data connection or a cellular data wireless hotspot connected to a desktop 26 or laptop computer. Desktop computers shall operate on Windows 7 or later, iPads shall I 27 operate on iOS 11, and Android devices shall operate on Android OS v6 (Marshmallow). 28 29 It is the Contractor's responsibility to choose and provide the correct equipment and software 30 which will produce CCTV inspections and reports that meet the minimum CCTV inspection 31 standards of Section 7-20.3 and are compatible with the City's Granite XP database. Should 32 any of the CCTV inspection equipment become',damaged or degraded during the course of 33 this project, such that it is not capable of producing the minimum standards, it shall be the I 34 Contractor's responsibility to repair or replace the affected equipment. No additional work 35 days or payment will be granted for the repair or replacement of damaged or degraded 36 equipment. 37 I 38 Personnel Certification 39 All CCTV inspections shall be performed by operators currently certified by the National I 40 Association of Sewer Service Companies (NASSCO) Pipeline Assessment and Certification 41 Program. The certified operator shall document the date of the inspection, all defects in the 42 pipe as modified by Section 7-20.3, and all active and inactive connections in accordance 43 with NASSCO guidelines and modifications in Section 7-20.3. 111 44 45 7-20.3 Video Inspection Requirements 46 I 47 1. Example CCTV Inspection Video and Inspection Report 48 Prior to performing CCTV inspections for this project, the Contractor shall submit 49 examples of prior CCTV inspection work. This submittal shall include a digital CCTV ' 50 inspection video and associated inspection report. The CCTV inspection and 51 Inspection Reports will be reviewed by the Engineer to determine if the quality of the 52 CCTV video image and the content of the inspection report are acceptable and if 53 defects were properly identified and documented on the Inspection Report. The I SP-27 I 1 quality of this example video and the Inspection Report requirements of Section 7- I 2 20.3 will set the minimum standard for which all submitted videos shall comply. 3 4 2. CCTV Inspection Video Submittals and Inspection Report Submittals I 5 The video file format for all CCTV inspections shall be an unmodified NASSCO-PACP 6 Certified Access Database conducted entirely in digital format with electronic 7 reference to the survey. The PACP database shall include the City's pipe asset ID as I 8 shown on the Plans and in the City's GIS maps. The entire inspection survey shall be 9 recorded in MPEG-2 format. Each video file shall include continuous footage from 10 only one individual storm drain segment (from structure to structure). 11 I 12 All videos shall be submitted via USB 2.0 external hard drives or flash drives. No 13 other file format will be accepted unless approved by the Engineer. Multiple video 14 inspections and inspection reports may be submitted on the same portable storage I 15 device. Videos and inspection reports shall be submitted once per week for all video 16 inspections performed the prior week. The City will download files and return portable 17 storage devices to the Contractor for reuse; however, the Contractor will need 18 multiple portable storage devices to meet the submittal schedule. I 19 20 3. CCTV Inspection Video Quality& Content 21 The Contractor shall maintain a clean and clear lens for the duration of the CCTV I 22 inspection. Should the lens become soiled, fogged or otherwise impaired to any 23 degree that impedes the ability to clearly see the condition of the pipe, the Contractor 24 shall halt the inspection and clean/clear the lens of any foreign matter impeding the I 25 visual inspection. No additional compensation will be made for re-inspections 26 required by the Engineer due to soiled, fogged, or otherwise impaired camera lenses. 27 I 28 The Contractor shall maintain sufficient light levels within the storm drain to allow for 29 visual inspection of the pipe walls for a minimum distance of three (3) feet in front of 30 the camera lens for all pipes less than 12" in diameter, and a minimum distance of I 31 five (5) feet for all pipes 12" in diameter and larger. Additionally, the Contractor shall 32 make certain that the light levels are not so bright that visual inspection is impaired. 33 34 In addition to video inspecting the storm drain, the Contractor shall record a brief I 35 video inspection of the inside of all Type II Catch Basins and Manholes using pan and 36 tilt capabilities of the camera. 37 I 38 The CCTV Video Inspection shall include the following visual information: 39 • Continuous high resolution display with a minimum video resolution of 40 720x480 I 41 • Date of inspection 42 • Main segment number 43 • Upstream and downstream structure numbers 44 • Current distance along the storm drain I 45 • Setup (with flow or against flow) 46 • List PACP code for all observations, including structural defects as modified in 47 Section 7-20.3, operation and maintenance coding, construction features I 48 coding, and miscellaneous features coding. 49 • Final length of inspected pipe, which may not be the full asset length for pipes 50 with obstructions 51 52 4. Inspection Report Contents 53 Each individual video inspection shall also include an associated video inspection 54 report for that segment which shall include the following information: SP-28 I I 1 2 • Date of inspection 3 • Main segment number I 4 • Upstream and downstream structure numbers 5 • Setup (with flow or against flow) 6 • Pipe size and material I 7 • 8 • Location and description of all defects and observations as outlined in Section 7-20. 9 • End of inspection categorization of pipe condition described in Section 7-20.3 I 10 11 5. Modifications to PACP Coding 12 Standard PACP inspection observations will be modified as shown in the table below. I13 Defects, descriptions, values and associated codes in the yellow and red categories 14 will be coded in the video inspection. Defects, descriptions, values and associated 15 codes in the green categories will not be coded in the video inspection. Pipes with 16 only green category observations will include a comment at the end of the inspection I 17 18 stating that "Only green category defects were observed and are not coded in this pipe inspection." 19 I Observation Code Defect Descriptor Cate•or Joint Angular JA I Buckling Dimpling and Wall 0-5% 0" 1" KD Hole H Crack Circumferential CC Crack Longitudinal CL ICrack Spiral CS Crack Multiple CM Crack Longitudinal CL I Crack Circumferential CC Crack Spiral CS Crack Multiple CM I Buckling Wall 6-30% KW Yellow Hole 1" 3" H Yellow Fracture Circumferential FC Yellow I Fracture Longitudinal FL Yellow Fracture Spiral FS Yellow Crack Hinge CH Yellow I Fracture Multiple Offset FM Yellow Joint JO Yellow Joint Separated JS Yellow I Crack Hinge CH Yellow Fracture Longitudinal FL Yellow Fracture Circumferential FC Yellow Fracture Spiral FS Yellow IFracture Multiple FM Yellow Fracture Hinge FH Yellow Buckling Wall >31% KW I Hole >3" H Joint Offset JO Joint Separated JS IFracture Hinge FH SP-29 I Observation I Defect Descriptor _Code Cate•or Broken N/A B Buckling Inverse Curvature KI I Deformed N/A D Collapsed N/A X Surface Damage Roughness Increased SRI I Surface Damage Aggregate Visible SAV Surface Damage Surface Spalling SSS Surface Damage Corrosion SCP I Surface Damage Aggregate Projecting SAP Yellow Surface Damage Aggregate Missing SAM Yellow Surface Damage Reinforcement Visible SRV Yellow I Surface Damage Reinforcement Projecting SRP Surface Damage Reinforcement Corroded SRC Surface Damage Missing Wall SMW 1 2 6. CCTV Inspection 3 The CCTV inspection will document the condition of the storm drains and shall 4 include brief 360-degree footage of the interior of the upstream and downstream I 5 structures. Each CCTV inspection shall include only one storm drain asset. The 6 Contractor may pass through intermediate structures when feasible, but each storm 7 drain asset shall have separate inspection videos and inspection reports. If I 8 impassable obstructions are encountered during the inspection from one end of a 9 pipe, the inspection shall stop, and the contractor shall begin again from the next 10 structure and resume the inspection from the opposite direction. I 11 12 The storm drain pipes to inspect as part of the work are classified by the type of 13 surface roadway into "Local Roadway," "Collector Roadway," and "Arterial Roadway" 14 as shown in the plans. Unless otherwise directed by the Engineer, storm drain pipes I 15 classified as "Local Rodway" and "Collector Roadway" shall be inspected before any 16 classified as "Arterial Roadway." Additionally, unless otherwise directed by the 17 Engineer, inspections shall follow prioritization map shown in the plans. I 18 19 When impassable obstructions are encountered and the obstruction is due to a defect 20 that would require an open cut repair (utility cross bore, broken pipe, buckling, etc), I 21 the Contractor shall pause the inspection and allow the Engineer's representative to 22 locate the damage. 23 24 The Contractor must also consider weather conditions to obtain the best video image I 25 of the storm drain. This may require the Contractor to delay any video work after 26 major rain events until the system can return to lower dry weather flow. 27 I 28 7-20.4 Measurement 29 30 The number of linear feet of storm drain pipe inspected will be measured using the camera I 31 footage reel beginning once the camera is inserted into storm drain assets at the starting 32 structure and ending when the operator ends the inspection either at an impassable 33 obstruction in the pipe or at the next structure in the system. Where a pipe is obstructed by I 34 roots, debris, or other impassable condition, the measured length may differ from the 35 physical length of the asset and may represent the sum of the inspection length from both 36 the upstream direction to the location of the obstruction and the and downstream direction to 37 the location of the obstruction. The measurement for each asset will be made along the pipe I SP-30 1 I I 1 alignment and will be made only one time for pipes without an impassable obstruction, and 2 only twice for pipes with an impassable obstruction (once from each direction), regardless of 3 whether the inspection requires more additional passes through the pipe to assess the I 4 condition. 5 6 7-20.5 Payment 7 I8 . Payment will be made in accordance with Section 1-04.1, for each of the following Bid Items 9 that are included in the Proposal: 10 I 11 "CCTV Inspection in Local Roadway," per linear foot 12 The unit contract price for "CCTV Inspection in Local Roadway," per linear foot, shall be full 13 pay for all labor, equipment, materials and traffic control required to inspect the storm drain in ' 14 accordance with these specifications. 15 16 "CCTV Inspection in Collector Roadway," per linear foot The unit contract price for "CCTV Inspection in Collector Roadway," per linear foot, shall be I17 18 full pay for all labor, equipment, materials and traffic control required to inspect the storm 19 drain in accordance with these specifications. 20 I 21 END OF DIVISION 7 I I I I I I 1 1 I I SP-31 ' I 1 END OF SPECIAL PROVISIONS ' 1 1 1 1 1 1 1 1 SP-32 i 111https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx IState of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 IPO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage I The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. IJourney Level Prevailing Wage Rates for the Effective Date: 3/21/2018 I County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D , 1 H King Boilermakers Journey Level $66.54 5N 1C i King Brick Mason Journey Level $55.82 5A 1M I King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 5S 2F King Building Service Employees Traveling Waxer/Shampooer $24.18 5S 2F I King King Building Service Employees Window Cleaner(Non-Scaffold) Window Cleaner(Scaffold) $27.23 55 2F Building Service Employees $28.13 55 2F King Cabinet Makers(In Shop) Journey Level $22.74 1 I King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge,Dock And Wharf Carpenters $57.18 SD 4C King Carpenters Carpenter $57.18 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C I King Carpenters Creosoted Material $57.28 5D 4C King Carpenters Floor Finisher $57.18 5D 4C King Carpenters Floor Layer $57.18 5D 4C I King Carpenters Scaffold Erector $57.18 5D 4C King Cement Masons Journey Level $57.21 7A 1M King Divers It Tenders Bell/Vehicle or Submersible Operator(Not $110.54 5D 4C Pressure) IUnder King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King Divers a Tenders Diver $110.54 5D 4C 8V King Divers Et Tenders Diver On Standby $67.97 5D 4C I King Divers 8 Tenders Diver Tender $61.65 5D 4C King Divers l3 Tenders Manifold Operator $61.65 5D 4c King Divers a 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 ft Tenders Remote Operated Vehicle Tender $57.43 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F I King King Dredge Workers Assistant Mate(Deckhand) $56.00 5D $56.44 5D 3F Dredge Workers Boatmen 3F King Dredge Workers Engineer Welder $57.51 5D 3F I King Dredge Workers Leverman,Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 SD 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $56.78 5D iH IKing Drywall Tapers Journey Level $57.43 5P 1E King Electrical Fixture Maintenance Workers Journey Level $28.99 5L 1E King Electricians-Inside _Cable Splicer $76.96 7C 4E I King King Electricians-Inside Cable Splicer(tunnel) $82.24 7C $74.38 7C 4E Electricians Inside Certified Welder 4E King Electricians- Inside Certified Welder(tunnel) $79.80 7C 4E I 1 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/prvWagelookup.a King Electricians- Inside Construction Stock Person $39.69 7C 4E King Electricians- Inside Journey Level $71.80 7C 4E I King Electricians- Inside Journey Level(tunnel) $76.96 7C 4E King Electricians-Motor Shop Craftsman $15.37 1 King Electricians-Motor Shop Journey Level $14.69 1 1 King Electricians-Powerline Construction Cable Splicer $79.43 _ 5A 4D King Electricians-Powerline Construction Certified Line Welder $69.75 5A 4D King Electricians-Powerline Construction Groundperson $46.28 5A 4D King Electricians-Powerline Construction Heavy Line Equipment Operator $69.75 5A 4D I King Electricians-Powerline Construction Journey Level Lineperson $69.75 5A 4D King Electricians-Powerline Construction Line Equipment Operator $59.01 5A 4D _ King Electricians-Powerline Construction Meter Installer $46.28 5A 4D 8W I King Electricians-Powerline Construction Pole Sprayer $69.75 5A 4D King Electricians-Powerline Construction Powderperson $52.20 5A _ 4D King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $91.24 7D 4A I King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete Products All Classifications-In-Factory Work Only $17.72 56 1R King ;Fence Erectors Fence Erector $15.18 1 I I King Flaggers Journey Level $39.48 7A 1 31 King Glaziers Journey Level $61.811 7L 1Y King Heat a Frost Insulators And Asbestos Journeyman $67.93 5J 4H I Workers King Heating Equipment Mechanics Journey Level $78.17 7F 1E King Hod Carriers a Mason Tenders Journey Level $48.02 7A 31 King Industrial Power Vacuum Cleaner Journey Level $11.50 1 I King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 58 1K King Inland Boatmen Deckhand $57.48 56 1K I King Inland Boatmen Deckhand Engineer $58.81 56 1K King Inland Boatmen Launch Operator $58.89 56 1K King Inland Boatmen Mate $57.31 56 1K King Inspection/Cleaning/Sealing Of Sewer a Cleaner Operator, Foamer Operator $31.49 1 I Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Sewer£t Grout Truck Operator $11.50 1 Water Systems By Remote Control I King Inspection/Cleaning/Sealing Of Sewer Et Head Operator $24.911 1 Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Sewer Et I Technician $19.33 1 KingOperator -- ---- I 1 ' Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Tv Truck $20.45 I Water Systems By Remote Control I King Insulation Applicators Journey Level $57.18 5D 4C King Ironworkers Journeyman $67.881 7N 10 King Laborers Air,Gas Or Electric Vibrating Screed $46.571 7A 31 King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 t King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 King Laborers Brush Cutter _ $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 I King Laborers Burner $46.57 7A I 31 King Laborers Caisson Worker $48.02 7A31 King Laborers Carpenter Tender _ $46.57 7A I 31 I King Laborers Caulker $46.571 7A 31 King Laborers Cement Dumper-paving $47.44 7A 1 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 I King Laborers Chipping Gun(under 30 Lbs.) $46.57 7A 31 i 2 of 12 3/21/2018,2:00 PM I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx I King Laborers Chipping Gun(30 Lbs.And Over) $47.44 7A 31 I ;King Laborers Choker Setter $46.57 7A 31 ;King Laborers Chuck Tender $46.57 7A 31 King Laborers Gary Power Spreader $47.44 7A 31 I 1 King Laborers Clean-up Laborer $46.57 7A 31 1King Laborers Concrete Dumper/chute Operator $47.44 7A 31 3King Laborers Concrete Form Stripper $46.57 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 I King Laborers Concrete Saw Operator/core Driller $47.44 7A 31 'King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.57 7A 31 I King Laborers Demolition:Wrecking a Moving(incl. $46.57 7A 31 Charred Material) :King Laborers Ditch Digger $46.57 7A 31 'King Laborers Diver $48.02 7A 31 I ;King Laborers Drill Operator(hydraulic,diamond) $47.44 7A 31 King Laborers Dry Stack Walls $46.57 7A 31 .King Laborers Dump Person $46.57 7A 31 I f King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 1 King Laborers Faller a Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 I r King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 iKing Laborers Gabian Basket Builders $46.57 7A 31 I King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker ft Transit Person $48.02 7A 31 King Laborers Grinders $46.57 7A 31 I 1 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen(pressure)including Post Tension $47.44 7A 31 Beams King Laborers Guardrail Erector $46.57 7A 31 �! Ii King Laborers Hazardous Waste Worker(level A) $48.02 7A 31 King Laborers Hazardous Waste Worker(level B) $47.44 7A 31 i King Laborers Hazardous Waste Worker(level C) $46.57 7A 31 I 'King Laborers High Scaler $48.02 7A 31 €King Laborers Jackhammer $47.44 7A 31 King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 Ii ;King Laborers Manhole Builder-mudman $47.44 7A 31 King Laborers Material Yard Person $46.57 7A 31 King Laborers Motorman-dinky Locomotive $47.44 7A 31 King Laborers Nozzleman(concrete Pump,Green Cutter $47.44 7A 31 When Using Combination Of High Pressure Air£t Water On Concrete£t Rock, Sandblast,Gunite,Shotcrete,Water Bla I ?King Laborers Pavement Breaker $47.44 7A 31 ;King Laborers Pilot Car $39.48 7A 31 ;King Laborers Pipe Layer Lead $48.02 7A 31 I i!KingLaborers Pipe Layer/tailor $47.44 7A 31 a King Laborers Pipe Pot Tender $47.44 7A 31 King Laborers Pipe Reliner $47.44 7A 31 King Laborers Pipe Wrapper $47.44 7A 31 IF King Laborers Pot Tender $46.57 7A 31 King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.57 7A 31 I King Laborers Power Jacks $47.44 7A 31 z King Laborers Railroad Spike Puller Power $47.44 7A 31 King Laborers Raker-Asphalt $48.02 7A 31 I 3 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/prvWagelookup.a King Laborers Re-timberman $48.02 7A 31 s s King Laborers Remote Equipment Operator $47.44 7A 31 I 1 King Laborers Rigger/signal Person $47.44 7A 31 'King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 1 I King Laborers Scaffold Erector $46.57 7A 31 s King Laborers Scale Person $46.57 7A 31 !King Laborers Sloper(over 20") $47.44 7A 31 s , ;King Laborers Roper Sprayer $46.57 7A 31 s 'King Laborers Spreader(concrete) $47.44 7A 31 t ;King Laborers Stake Hopper $46.57 7A 31 j I ;King Laborers Stock Piler $46.57 7A 31 i I King Laborers Tamper&Similar Electric,Air&Gas $47.44 7A 31 Operated Tools King Laborers Tamper(multiple&Self-propelled) $47.44 7A 31 iI King Laborers Timber Person-Sewer(tagger,Shorer& $47.44 7A 31 Cribber) I King Laborers Toolroom Person(at Jobsite) $46.57 7A 31 1I King Laborers Topper $46.57 7A 31 I ?King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner(power) $47.44 7A 31 i King Laborers Traffic Control Laborer $42.22 7A 31 8R 1 I King Laborers Traffic Control Supervisor $42.22 7A 31 8R King Laborers Truck Spotter $46.57 7A 31 i 1 =King Laborers Tugger Operator $47.44 7A 31 I King Laborers Tunnel Work-Compressed Air Worker 0-30 $92.60 7A 31 N, s 1 psi King Laborers Tunnel Work-Compressed Air Worker $97.63 7A 31 8, 30.01-44.00 psi 1 I j King Laborers Tunnel Work-Compressed Air Worker $101.31 7A 31 8D i 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air Worker $107.01 7A 31 8M 54.01-60.00 psi I King Laborers Tunnel Work-Compressed Air Worker $109.13 7A 31 60.01-64.00 psi t King Laborers Tunnel Work-Compressed Air Worker $114.23 7A 31 8D I 64.01-68.00 psi 5 King Laborers Tunnel Work-Compressed Air Worker $116.13 7A 31 IQ i 1 68.01-70.00 psi I King Laborers Tunnel Work-Compressed Air Worker $118.13 7A 31 8Q i I 70.01-72.00 psi I !King Laborers Tunnel Work-Compressed Air Worker $120.13 7A 31 8D 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock Tender $48.12 7A 31 8Q iI ;King Laborers Tunnel Work-Miner $48.12 7A 31 gg l King Laborers Vibrator $47.44 7A 31 f King Laborers Vinyl Seamer $46.57 7A 31 I King Laborers Watchman $35.88 7A 31 IKing Laborers Welder $47.44 7A 31 i King Laborers Well Point Laborer $47.44 7A 31 s King Laborers Window Washer/cleaner $35.88 7A 31 1 I f King Laborers-Underground Sewer&Water General Laborer&Topman $46.57 7A 31 King Laborers-Underground Sewer&Water Pipe Layer $47.44 7A 31 i I King Landscape Construction Irrigation Or Lawn Sprinkler Installers $13.56 1 II I King Landscape Construction Landscape Equipment Operators Or Truck $28.17. 1 Drivers § King Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $56.78 5D 11-1 iI King Marble Setters Journey Level $55.82 5A 1M I 4 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/ini/wagelookup/prvWagelookup.aspx I King Metal Fabrication(In Shop) Fitter $15.86 1 t King Metal Fabrication(In Shop) Laborer $11.50 1 King Metal Fabrication(In Shop) Machine Operator $13.04 1 king Metal Fabrication(In Shop) Painter $11.50 1 King Metal Fabrication(In Shop) Welder $15.48 1 King Millwright Journey Level $58.68 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 !King Modular Buildings Electrician $11.56 1 I !King Modular Buildings Equipment Maintenance $11.56 1 king Modular Buildings Plumber $11.56 1 I King Modular Buildings Production Worker $11.50 1 I !King Modular Buildings Tool Maintenance Utility Person $11.56 1 King Modular Buildings $11.56 1 king Modular Buildings Welder $11.56 1 •I ! King Painters Journey Level $41.60 bZ 2B King Pile Driver Crew Tender $52.37 5D 4C (King Pile Driver Hyperbaric Worker Compressed Air $71.35 5D 4C Worker 0-30.00 PSI I !King Pile Driver Hyperbaric Worker-Compressed Air $76.35 5D 4C Worker 30.01 -44.00 PSI 3 King Pile Driver Hyperbaric Worker-Compressed Air $80.35 5D 4C I Worker 44.01 - 54.00 PSI I King Pile Driver Hyperbaric Worker-Compressed Air $85.35 5D 4C Worker 54.01 60.00 PSI King Pile Driver Hyperbaric Worker-Compressed Air $87.85 5D 4C 3 Worker 60.01 -64.00 PSI I !King Pile Driver Hyperbaric Worker-Compressed Air $92.85 5D 4C Worker 64.01 68.00 PSI King Pile Driver Hyperbaric Worker-Compressed Air $94.85 5D 4C a Worker 68.01 -70.00 PSI I t King Pile Driver Hyperbaric Worker-Compressed Air $96.85 5D 4C Worker 70.01 -72.00 PSI !King Pile Driver Hyperbaric Worker-Compressed Air $98.85 5D 4C Worker 72.01 -74.00 PSI King Pile Driver Journey Level $57.43 5D 4C 'King Plasterers Journey Level $54.89 N 1R King Playground&Park Equipment Installers Journey Levet $11.50 1 I ;King Plumbers&Pipefitters Journey Level $81.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P I King Power Equipment Operators Barrier Machine(zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator,Concrete $59.96 7A 3C 8P I King Power Equipment Operators Bobcat $56.90 7A 3C 8P !I King Power Equipment Operators Brokk Remote Demolition Equipment $56.90 7A 3C 8P i King Power Equipment Operators Brooms $56.90 7A 3C 8P I King Power Equipment Operators Bump Cutter $59.96, 7A 3C 8P King Power Equipment Operators Cableways $60.49 7A 3C 8P I 3 King Power Equipment Operators Chipper $59.96 7A 3C 8P ;King Power Equipment Operators Compressor $56.90 7A 3C 8P !King Power Equipment Operators Concrete Pump:Truck Mount With Boom $60.49 7A 3C 8P II s King Attachment Over 42 M Power Equipment Operators Concrete Finish Machine-laser Screed $56.90 7A 3C 8P King Power Equipment Operators Concrete Pump-Mounted Or Trailer High $59.49 7A 3C 8P Pressure Line Pump, Pump High Pressure. II King Power Equipment Operators Concrete Pump:Truck Mount With Boom $59.96 7A 3C 8P Attachment Up To 42m k King Power Equipment Operators Conveyors $59.49 7A 3C 8P !King Power Equipment Operators Cranes Friction:200 tons and over $62.33 7A 3C 8P 8P I King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With $59.96 7A 3C Attachments 5 of 12 3/21/2018,2:00 PM https://fortress.wa.govflni/wagelookup/prvWagelookup.a 1 King Power Equipment Operators Cranes: 100 Tons Through 199 Tons,Or $61.10 7A 3C 8P 150'Of Boom(Including Jib With I Attachments) !King Power Equipment Operators Cranes:200 tons-299 tons,or 250'of $61.72 7A 3C 8P boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300'of boom $62.33 7A 3C 8P I including jib with attachments King Power Equipment Operators Cranes:45 Tons Through 99 Tons, Under $60.49 7A 3C 8P 150'Of Boom(including Jib With Attachments) I King Power Equipment Operators Cranes:A-frame- 10 Tons And Under $56.90 7A 3C 8P King Power Equipment Operators Cranes: Friction cranes through 199 tons $61.72 7A 3C 8P King Power Equipment Operators Cranes:Through 19 Tons With Attachments $59.49 7A 3C 8P A-frame Over 10 Tons I King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches(power) $59.96 7A 3C 8P :King Power Equipment Operators Derricks,On Building Work $60.49 7A 3C 8P I King Power Equipment Operators Dozers D-9&Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers:Auger Type,Truck Or Crane $59.49 7A 3C 8P Mount King Power Equipment Operators Drilling Machine $61.10 7A 3C 81/ 1 a I 1 King Power Equipment Operators Elevator And Man-lift: Permanent And $56.90 7A 3C 8P Shaft Type a King Power Equipment Operators Finishing Machine, Bidwell And Gamaco& $59.96 7A 3C 8P I Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Attachments i King Power Equipment Operators Forklifts: Under 3000 Lbs.With $56.90 7A 3C 8P I Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints,Cut $59.96 7A 3C 8P I Sheets,Etc King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P I King Power Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Power Equipment Operators Hard Tail End Dump Articulating Off-Road $60.49 7A 3C 8P Equipment 45 Yards. &Over I King Power Equipment Operators Hard Tail End Dump Articulating Off-road $59.96 7A 3C 8P i Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill Locator $59.49 7A 3C 8P I King Power Equipment Operators Horizontal/directional Drill Operator $59.96 7A 3C 8P I King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P 1 King Power Equipment Operators Hydralifts/boom Trucks, 10 Tons And $56.90 7A 3C 8P Under i King Power Equipment Operators Loader,Overhead 8 Yards. &Over $61.10 7A 3C 8P I i King Power Equipment Operators Loader,Overhead,6 Yards. But Not $60.49 7A 3C 8P Including 8 Yards King Power Equipment Operators Loaders,Overhead Under 6 Yards $59.96 7A 3C 8P I I King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P 1 King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operators Locomotives,All $59.96_ 7A 3C 8P 'King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P I King Power Equipment Operators Mechanics,All(leadmen-$0.50 Per Hour $61.10 7A 3C 8P Over Mechanic) E King Power Equipment Operators Motor Patrol Graders - $60.49 7A 3C 8P I King Power Equipment Operators Mucking Machine,Mole,Tunnel Drill, $60.49 7A 3C 8P s Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution& $56.90 7A 3C 8P Mulch Seeding Operator I King Power Equipment Operators Outside Hoists(elevators And Manlifts),Air $59.49 7A 3C 8P , Tuggers,strato King Power Equipment Operators Overhead,Bridge Type Crane:20 Tons $59.96 7A 3C 8P Through 44 Tons King Power Equipment Operators Overhead,Bridge Type: 100 Tons And Over $61.10 7A 3C 8P I 6 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx I King Power Equipment Operators Overhead,Bridge Type:45 Tons Through $60.49 7A 3C 8P I 99 Tons j King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment Operators Pile Driver(other Than Crane Mount) $59.96 7A 3C 8P King Power Equipment Operators Plant Oiler-Asphalt,Crusher $59.49 7A 3C 8P I t King Power Equipment Operators Posthole Digger,Mechanical $56.90 7A 3C 8P _King Power Equipment Operators Power Plant $56.90 7A 3C 8P 3 King Power Equipment Operators Pumps-Water $56.90 7A 3C 8P I i King ;King Power Equipment Operators Quad 9,Hd 41, D10 And Over $60.49 7A 3C 8P Power Equipment Operators Quick Tower-No Cab, Under 100 Feet In $56.90 7A 3C 8P Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber Tired $60.49 7A 3C 8P Ii King Power Equipment Operators Earth Moving EquipmentRigger And Bellman $56.90 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman(Certified) $59.49 7A 3C 8P I King Power Equipment Operators Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller,Other Than Plant Mix $56.90 7A 3C 8P }King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $59.49 7A 3C 8P King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P I !King Power Equipment Operators Saws-Concrete , $59.49 7A 3C 8P I King Power Equipment Operators Scraper,Self Propelled Under 45 Yards $59.96 7A 3C 8P iKing Power Equipment Operators Scrapers-Concrete a Carry All $59.49 7A 3C 8P #!+# Il King Power Equipment Operators Scrapers,Self-propelled:45 Yards And $60.49 7A 3C 8PI I Over King Power Equipment Operators Service Engineers-Equipment $59.49 7A 3C 8P ;King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P I King Power Equipment Operators Shovel, Excavator, Backhoe,Tractors $59.49 7A 3C 8P Under 15 Metric Tons. I King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $60.49 7A 3C 8P I ;King Power Equipment Operators Metric Tons To 50 Metric TonsShovel, Excavator, Backhoes,Tractors: 15 $59.96 7A 3C 8P 1 To 30 Metric Tons king Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 $61.10 7A 3C 8P I Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes:Over 90 $61.72 7A 3C 8P ? Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P I I King Power Equipment Operators Spreader,Topsider 8 Screedman $60.49 7A 3C 8P King Power Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P s King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P I i King Power Equipment Operators Tower Crane Up To 175'In Height Base To $61.10 7A 3C 8P Boom King Power Equipment Operators Tower Crane:over 175'through 250'in $61.72 7A 3C 8P height, base to boom I 1 King Power Equipment Operators Tower Cranes:over 250'in height from $62.33 7A 3C 8P I base to boom I King Power Equipment Operators Transporters,All Track Or Truck Type $60.49 7A 3C 8P I I King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P €King Power Equipment Operators Truck Crane Oiler/driver 100 Tons And $59.96 7A 3C 8P Over 4 King Power Equipment Operators Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P IKing King Power Equipment Operators Truck Mount Portable Conveyor $59.96 7A $60.49 7A 3C 8P Power Equipment Operators Welder 3C 8P ; KingKing Power Power EquipmentEquipment OpOpYoerators WheelYoPay TractorsD , Farmall Type $56.90$59.96 7A7A3C S3C 8PP I Operators ozer IKing Power Equipment •. •. .i 7A 3C- - 8P i Sewer Et Water IKing Power EquipmentOperators- . . . Assistant Engineer $56.90 7A 3C 8P i Sewer Et Water I King Power Equipment •. 8P Sewer Et Water I I 7 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/prvWagelookup.a King Power Equipment Operators-Underground Batch Plant Operator,Concrete $59.96 7A 3C 8P E Sewer Et Water I King Power Equipment Operators-Underground Bobcat $56.90 7A 3C 8P Sewer 8 Water King Power Equipment Operators-Underground Brokk-Remote Demolition Equipment $56.90 7A 3C 8P Sewer a Water I King Power Equipment Operators-Underground Brooms $56.90 7A 3C 8P ` Sewer ft Water King Power Equipment Operators-Underground Bump Cutter $59.96 7A 3C 8P Sewer Et Water I King Power Equipment Operators-Underground Cableways $60.49 7A 3C 8P Sewer£t Water `King Power Equipment Operators-Underground Chipper $59.96 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Compressor $56.90 7A 3C 8P Sewer a Water 'King Power Equipment Operators-Underground Concrete Pump:Truck Mount With Boom $60.49 7A 3C 8P I Sewer Et Water Attachment Over 42 M King Power Equipment Operators-Underground Concrete Finish Machine-laser Screed $56.90 7A 3C 8P Sewer Et Water i King Power Equipment Operators-Underground Concrete Pump-Mounted Or Trailer High $59.49 7A 3C 8P I Sewer Et Water Pressure Line Pump, Pump High Pressure. King Power Equipment Operators-Underground Concrete Pump:Truck Mount With Boom $59.96 7A 3C 8P Sewer 8 Water Attachment Up To 42m E King Power Equipment Operators-Underground Conveyors $59.49 7A 3C 8P I Sewer Et Water King Power Equipment Operators-Underground Cranes Friction:200 tons and over $62.33 7A 3C 8P Sewer a Water 'a King Power Equipment Operators-Underground Cranes: 20 Tons Through 44 Tons With $59.96 7A 3C 8P I Sewer Et Water Attachments King Power Equipment Operators-Underground Cranes: 100 Tons Through 199 Tons,Or $61.10 7A 3C 8P Sewer a Water 150'Of Boom(Including Jib With Attachments) I King Power Equipment Operators-Underground Cranes:200 tons-299 tons,or 250'of $61.72 7A 3C 8P Sewer Ex Water boom including jib with attachments King Power Equipment Operators-Underground Cranes: 300 tons and over or 300'of boom $62.33 7A 3C 8P Sewer a Water including jib with attachments I King Power Equipment Operators-Underground Cranes:45 Tons Through 99 Tons, Under $60.49 7A 3C 8P Sewer a Water 150'Of Boom(including Jib With Attachments) 3 t `King Power Equipment Operators-Underground Cranes:A-frame- 10 Tons And Under $56.90 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Cranes: Friction cranes through 199 tons $61.72 7A 3C 81) Sewer a Water I King Power Equipment Operators-Underground Cranes:Through 19 Tons With Attachments $59.49 7A 3C 8P Sewer&Water A-frame Over 10 Tons King Power Equipment Operators-Underground Crusher $59.96 7A 3C 8P Sewer a Water I King Power Equipment Operators-Underground Deck Engineer/deck Winches(power) $59.96 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Derricks,On Building Work $60.49 7A 3C 8P I' Sewer a Water King Power Equipment Operators-Underground Dozers D-9 Et Under $59.49 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Drill Oilers:Auger Type,Truck Or Crane $59.49 7A 3C 8P Sewer Et Water Mount 111 King Power Equipment Operators-Underground Drilling Machine $61.10 7A 3C 8P Sewer a Water _ King Power Equipment Operators-Underground Elevator And Man-lift: Permanent And $56.90 7A 3C 8P I Sewer a Water Shaft Type King Power Equipment Operators-Underground Finishing Machine, Bidwell And Gamaco Et $59.96 7A 3C 8P Sewer it Water Similar Equipment King Power Equipment Operators-Underground Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P I Sewer a Water Attachments I 8 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx i King Power Equipment Operators-Underground Forklifts: Under 3000 Lbs.With $56.90 7A 3C 8P ' Sewer&Water Attachments !King Power Equipment Operators-Underground Grade Engineer: Using Blue Prints,Cut $59.96 7A 3C 8P Sewer a Water Sheets, Etc t King Power Equipment Operators-Underground Gradechecker/stakeman $56.90 7A 3C 8P I Sewer&Water King Power Equipment Operators-Underground Guardrail Punch $59.96 7A 3C 8P 4 Sewer a Water a King Power Equipment Operators-Underground Hard Tail End Dump Articulating Off-Road $60.49 7A 3C 8P ' King Sewer a Water Equipment 45 Yards. a Over Power Equipment Operators-Underground Hard Tail End Dump Articulating Off-road $59.96 7A 3C 8P Sewer a Water Equipment Under 45 Yards King Power Equipment Operators-Underground Horizontal/directional Drill Locator $59.49 7A 3C 8P I Sewer&Water King Power Equipment Operators-Underground Horizontal/directional Drill Operator $59.96 7A 3C 8P { Sewer&Water I I King Power Equipment Operators-Underground Hydralifts/boom Trucks Over 10 Tons $59.49 7A 3C 8P Sewer a Water p King Power Equipment Operators-Underground Hydralifts/boom Trucks, 10 Tons And $56.90 7A 3C 8P 1 Sewer&Water Under King Power Equipment Operators-Underground Loader,Overhead 8 Yards. a Over $61.10 7A 3C 8P Sewer&Water tKing Power Equipment Operators-Underground Loader,Overhead, 6 Yards. But Not $60.49 7A 3C 8P Sewer a Water Including 8 Yards I I King Power Equipment Operators-Underground Loaders,Overhead Under 6 Yards $59.96 7A 3C 8P a Sewer&Water ) King Power Equipment Operators-Underground Loaders, Plant Feed $59.96 7A 3C 8P Sewer&Water I !King Power Equipment Operators-Underground Loaders: Elevating Type Belt $59.49 7A 3C 8P Sewer&Water )King Power Equipment Operators-Underground Locomotives,All $59.96 7A 3C 8P 3 Sewer&Water I King Power Equipment Operators-Underground Material Transfer Device $59.96 7A 3C 8P Sewer&Water King Power Equipment Operators-Underground Mechanics,All(leadmen-$0.50 Per Hour $61.10 7A 3C 8P I Sewer&Water Over Mechanic) King Power Equipment Operators-Underground Motor Patrol Graders $60.49 7A 3C 8P I Sewer a Water King Power Equipment Operators-Underground Mucking Machine,Mole,Tunnel Drill, $60.49 7A 3C 8P I King Sewer a Water Boring, Road Header And/or Shield Power Equipment Operators-Underground Oil Distributors,Blower Distribution a $56.90 7A 3C 8P Sewer a Water Mulch Seeding Operator King Power Equipment Operators-Underground Outside Hoists(elevators And Manlifts),Air $59.49 7A 3C 8P I King Sewer a Water Tuggers,strato Power Equipment Operators-Underground Overhead,Bridge Type Crane:20 Tons $59.96 7A 3C 8P 4 Sewer&Water Through 44 Tons King Power Equipment Operators-Underground Overhead,Bridge Type: 100 Tons And Over $61.10 7A 3C 8P I Sewer&Water King Power Equipment Operators-Underground Overhead,Bridge Type:45 Tons Through $60.49 7A 3C 8P Sewer&Water 99 Tons King Power Equipment Operators-Underground Pavement Breaker $56.90 7A 3C 8P s I Sewer&Water !King Power Equipment Operators-Underground Pile Driver(other Than Crane Mount) $59.96 7A 3C 8P I Sewer a Water I King Power Equipment Operators-Underground Plant Oiler-Asphalt,Crusher Sewer&Water $59.49 7A 3C 8P King Power Equipment Operators-Underground Posthole Digger,Mechanical $56.90 7A 3C 8P { Sewer&Water I s King Power Equipment Operators-Underground Power Plant $56.90 7A 3C 8P Sewer&Water 5 King Power Equipment Operators-Underground Pumps-Water $56.90 7A 3C 8P ISewer a Water I !King Power Equipment Operators-Underground Quad 9,Hd 41, D10 And Over Sewer&Water $60.49 7A 3C 8P ti 9 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/prvWagelookup.as King Power Equipment Operators-Underground Quick Tower-No Cab, Under 100 Feet In $56.90 7A 3C 8P I Sewer a Water Height Based To Boom i I I King Power Equipment Operators-Underground Remote Control Operator On Rubber Tired $60.49 7A 3C 8P l Sewer a Water Earth Moving Equipment King Power Equipment Operators-Underground Rigger And Bellman $56.90 7A 3C 8P Sewer a Water ! I i King Power Equipment Operators-Underground Rigger/Signal Person, Bellman(Certified) $59.49 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Rollagon $60.49 7A 3C 81) Sewer a Water 1 I King Power Equipment Operators-Underground Roller,Other Than Plant Mix $56.90 7A 3C 8P Sewer a Water I !King Power Equipment Operators-Underground Roller, Plant Mix Or Multi-lift Materials $59.49 7A 3C 8P Sewer a Water . I ;King Power Equipment Operators-Underground Roto mill, Roto grinder $59.96 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Saws-Concrete $59.49 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Scraper,Self Propelled Under 45 Yards $59.96 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Scrapers-Concrete a Carry All $59.49 7A 3C 8P i I Sewer a Water _ i King Power Equipment Operators-Underground Scrapers,Self-propelled:45 Yards And $60.49 7A 3C 8P 1 1 Sewer a Water Over King Power Equipment Operators-Underground Service Engineers-Equipment $59.49 7A 3C 8P I Sewer a Water King Power Equipment Operators-Underground Shotcrete/gunite Equipment $56.90 7A 3C 8P 3 Sewer a Water i King Power Equipment Operators-Underground Shovel, Excavator, Backhoe,Tractors $59.49 7A 3C 8P 3 I Sewer a Water Under 15 Metric Tons. i S King Power Equipment Operators-Underground Shovel, Excavator, Backhoe: Over 30 $60.49 7A 3C 8P Sewer a Water Metric Tons To 50 Metric Tons E King Power Equipment Operators-Underground Shovel, Excavator, Backhoes,Tractors: 15 $59.96 7A 3C 8P r I Sewer a Water To 30 Metric Tons King Power Equipment Operators-Underground Shovel, Excavator, Backhoes: Over 50 $61.10 7A 3C 8P , Sewer a Water Metric Tons To 90 Metric Tons King Power Equipment Operators-Underground Shovel, Excavator, Backhoes:Over 90 $61.72 7A 3C8P I Sewer&Water Metric Tons _ King Power Equipment Operators-Underground Slipform Pavers $60.49 7A 3C 8P Sewer a Water F I King Power Equipment Operators-Underground Spreader,Topsider a Screedman $60.49 7A 3C 8P Sewer a Water King Power Equipment Operators-Underground Subgrader Trimmer $59.96 7A 3C 8P Sewer a Water I I i King Power Equipment Operators-Underground Tower Bucket Elevators $59.49 7A 3C8P I ° Sewer a Water I King Power Equipment Operators-Underground Tower Crane Up To 175'In Height Base To $61.10 7A 3C 8P Sewer a Water Boom King Power Equipment Operators-Underground Tower Crane:over 175'through 250'in $61.72 7A 3C 8P Sewer&Water height, base to boom King Power Equipment Operators-Underground Tower Cranes:over 250'in height from $62.33 7A 3C 8P Sewer&Water base to boom I King Power Equipment Operators-Underground Transporters,All Track Or Truck Type $60.49 7A 3C 8P : Sewer a Water King Power Equipment Operators-Underground Trenching Machines $59.49 7A 3C 8P I Sewer a Water King Power Equipment Operators-Underground Truck Crane Oiler/driver- 100 Tons And $59.96 7A 3C 8P Sewer a Water Over King Power Equipment Operators-Underground Truck Crane Oiler/driver Under 100 Tons $59.49 7A 3C 8P I Sewer a Water , King Power Equipment Operators-Underground Truck Mount Portable Conveyor $59.96 7A 3C 8P I Sewer a Water King Power Equipment Operators- Underground Welder $60.49 7A 3C 8P s II Sewer a Water 10 of 12 3/21/2018,2:00 P' I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx King Power Equipment Operators-Underground Wheel Tractors, Farman Type $56.90 7A 3C 8P ' Sewer a Water King Power Equipment Operators-Underground Yo Yo Pay Dozer $59.96 7A 3C 8P s Sewer a Water King Power Line Clearance Tree Trimmers Journey Level In Charge $50.02 5A 4A King Power Line Clearance Tree Trimmers Spray Person $47.43 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $50.02 5A 4A 'King Power Line Clearance Tree Trimmers Tree Trimmer $44.64 5A 4A I King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $33.67 5A 4A King Refrigeration a Air Conditioning Mechanics Journey Level $77.86 6Z 1G King Residential Brick Mason Journey Level $55.82 5A 1M King Residential Carpenters Journey Level $28.20 1 II I King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $42.86 5D 4C i King Residential Drywall Tapers Journey Level $57.43 5P 1E I King Residential Electricians Journey Level $30.44 1 s King Residential Glaziers Journey Level $41.05 7L 11-1 King Residential Insulation Applicators Journey Level $26.28 1 King ,Residential Laborers Journey Level $23.03 1 Ii IKing Residential Marble Setters Journey Level $24.09 1 I King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Pipefitters Journey Level $34.69, 1 King Residential Refrigeration a Air Journey Level $77.86 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level(Field or Shop) $44.56 7F 1R I King Residential Soft Floor Layers Journey Level $47.61 5A 3J i ?King Residential Sprinkler Fitters(Fire Journey Level $46.58 5C 2R . Protection) King Residential Stone Masons Journey Level $55.82 5A 1MI s King Residential Terrazzo Workers Journey Level $51.36 5A 1M ;King Residential Terrazzo/Tile Finishers Journey Level $21.46 1 !King Residential Tile Setters Journey Level $20.00 1I ;King Roofers Journey Level $51.02 5A 3H ;King Roofers Using Irritable Bituminous Materials $54.02 5A 3H 1 King Sheet Metal Workers Journey Level(Field or Shop) $78.17 7F 1 E ;King Shipbuilding a Ship Repair Boilermaker $43.31 7M 1H IIKing Shipbuilding a Ship Repair Carpenter $41.06 7T 26 s King Shipbuilding a Ship Repair Electrician $42.07 7T 4B 1King Shipbuilding a Ship Repair Heat a Frost Insulator $67.93 5J 4H I .King Shipbuilding a Ship Repair Laborer $41.99 7T 46 :King Shipbuilding a Ship Repair Machinist $42.00 7T 46 IKing Shipbuilding a Ship Repair Operator $41.95 7T 46 I ;King Shipbuilding a Ship Repair Painter $42.00 7T 4B King Shipbuilding a Ship Repair Pipefitter $41.96 7T 46 King Shipbuilding a Ship Repair Rigger $42.05 7T 46 i King Shipbuilding a Ship Repair Sheet Metal $41.98 7T 46 I i King Shipbuilding a Ship Repair Shipfitter $42.05 7T 46 IKing Shipbuilding a Ship Repair Trucker $41.91 7T 4B King Shipbuilding a Ship Repair Warehouse $41.94 7T 46 IL,King Shipbuilding a Ship Repair Welder/Burner $42.05 7T 46 (King Sign Makers a Installers(Electrical) Sign Installer $22.92 1 I King Sign Makers a Installers(Electrical) Sign Maker $21.36 1 King Sign Makers a Installers(Non-Electrical) Sign Installer $27.28 1 111 I 1 King Sign Makers a Installers(Non Electrical) Sign Maker $33.25 1 !King Soft Floor Layers Journey Level $47.61 5A 3J King Solar Controls For Windows Journey Level $12.44 1 I King Sprinkler Fitters(Fire Protection) Journey Level $75.64 5C 1X King Stage Rigging Mechanics(Non Structural) Journey Level $13.23 1 11 of 12 3/21/2018,2:00 PM https://fortress.wa.gov/lni/wagelookup/pryWagelookup.at tKing Stone Masons Journey Level $55.82 5A 1M j King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 I E King Surveyors Assistant Construction Site Surveyor $59.49 7A 3C 8P s =King Surveyors Chainman $58.93 7A 3C 8P s,King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Technicians Journey Level $22.76 1 I • King Telephone Line Construction-Outside Cable Splicer $40.52 5A 26 King Telephone Line Construction-Outside Hole Digger/Ground Person $22.78 5A 2B I King Telephone Line Construction Outside Installer(Repairer) $38.87 5A 26 I 5 King Telephone Line Construction-Outside Special Aparatus Installer I $40.52 5A 2B ;King Telephone Line Construction Outside Special Apparatus Installer II $39.73 5A 26 King Telephone Line Construction-Outside Telephone Equipment Operator(Heavy) $40.52 5A 26 I !King Telephone Line Construction-Outside Telephone Equipment Operator(Light) $37.74 5A 26 ( King Telephone Line Construction-Outside Telephone Lineperson $37.74 5A 26 1 King Telephone Line Construction-Outside Television Groundperson $21.60 5A 28 1 King Telephone Line Construction-Outside Television Lineperson/Installer $28.68 5A 26 I. €King Tele•hone Line Construction-Outside Television System Technician $34.10 5A 26 1 !King Telephone Line Construction-Outside Television Technician $30.691 5A 26 !King Telephone Line Construction-Outside Tree Trimmer $37.74 5A 26 i I King Terrazzo Workers Journey Level $51.36 5A 1M ±King Tile Setters Journey Level $51.36 5A 1M King Tile,Marble a Terrazzo Finishers Finisher $42.19 5A 113 I King Traffic Control Stripers Journey Level $45.43 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards(W.WA-Joint $52.70 5D 3A 8L I Council 28) , King Truck Drivers Asphalt Mix To 16 Yards(W.WA-Joint $51.86 5D 3A 8L ! t Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck(W.WA-Joint Council 28) $51.86 5D 3A 8L King Truck Drivers Other Trucks(W.WA-Joint Council 28) $52.70 5D 3A 8L ? I t `King Truck Drivers Transit Mixer $43.23 1 I ,King Well Drillers a Irrigation Pump Installers Irrigation Pump Installer $17.71 1 f1 `,King Well Drillers a Irrigation Pump Installers Oiler $12.97 1 (King Well Drillers_ft Irrigation Pump Installers Well Driller $18.00 1 I I I I I I I I 12 of 12 3/21/2018,2:00 PM I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Overtime Codes IOvertime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. I 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. IB. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I 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. ID. 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. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday I 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. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday IF. shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. IG. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double Ithe 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 I at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. 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 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(I0)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day)shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x I0 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. i 21 I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 I Overtime Codes Continued I 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. IC. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. I', ' 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. I G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. I H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 1 O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. All hours on oneweek shall paid at double R. ou s worked Sundays holidays all hours worked over sixty(60)in ee s a be I the hourly ofwage. wa e. • I U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. I W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and I one-half times the hourly rate of wage. All other hours worked on the fifth, sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. I3 1 Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 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 I 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 111 through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay.On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 1 1 4 1 I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 I Overtime Codes Continued I 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. I EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations,generating plants,industrial plants,associated installations and substations, except those substations whose primary function is I to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times I the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. I 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. I On a four-day,ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight(8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays I shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium I rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked I 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. I 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). I 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 5 111 I 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 I (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, , Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays:New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, and Christmas Day(6) R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). 61 1 I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 IHoliday Codes Continued I6. 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 IAfter Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, I 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 I Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. I7. 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 I be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and I 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. I 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 Ion 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 I 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. I 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. I 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. I 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. IH. 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 Ia Saturday shall be observed as a holiday on the preceding Friday. I 7 I Benefit Code Key—Effective 3/3/2018 thru 8/30/2018 Holiday Codes Continued 7. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day,the Last Work Day before Christmas Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on 111 the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. p 1 8 1 1 I Benefit —Code KeyEffective 3/3/2018 thru 8/30/2018 IHoliday Codes Continued I 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 Ias a holiday on the preceding Friday. ' Note Codes I8. 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. 1 I 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. IQ. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian I 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. I 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 I 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 I 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 I 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 Note Codes Continued 8. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25'to 300' -$1.00 per foot from entrance.300'to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. 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 1 1 10 1